SOURCES SOUGHT
U -- SOIL STRUCTURE INTERACTION CLASSES
- Notice Date
- 11/5/2010
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-11-T-0001
- Response Due
- 11/15/2010
- Archive Date
- 1/14/2011
- Point of Contact
- Nancy.Wilhite, 256-895-1124
- E-Mail Address
-
USACE HNC, Huntsville
(nancy.a.wilhite@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is issued solely for informational and planning purposes and does not constitute a solicitation. The U.S. Army Engineering and Support Center in Huntsville, AL (CEHNC) is seeking sources for formal training in the fundamentals of soil structure interaction analysis and its application in soil structure displacement problems. The course purpose is to train Corps of Engineers civil engineers to use soil structure interaction analyses for strip footings, mat foundations, single piles, sheet pile walls, and reinforced concrete structures. The Source Sought will conduct lectures and presentations on the following topics: A.Introduction to Soil-Structure Interaction B.Theory of Beams on Elastic Foundations C.Introduction to General Beam Column Analysis (CBEAMC) D.Workshop: Linear Analysis of Beams on Grade E.Ultimate Reactions (Bearing Capacities) for Beams and Footings F.Workshop on Nonlinear Analysis of Beams and Footings G.Linear Analysis of Laterally Loaded and Axially Loaded Piles H.Workshop Using CBEAMC for Laterally and Axially Loaded Piles I.Workshop on Nonlinear Analysis of Axially Loaded Piles J.Workshop on Nonlinear Analysis of Laterally Loaded Piles K.Introduction to Conventional Analysis of Sheet Pile Retaining Walls L.Introduction to Design/Analysis of Sheet-Pile Walls by Classical Methods (CWALSHT) M.Workshop on Conventional Analysis of Sheet Pile Walls N.Introduction to Soil/Structure Interact Analysis; Sheet Pile Retaining Walls CWALSSI O.1-D One Dimensional Soil-Structure Interaction (SSI) Analysis Example of Anchored Sheet Pile Wall P.Workshop on 1-D SSI Analysis of Sheet Pile Walls Q.Workshop on Retaining Walls with Multiple Rows of Pre-stressed Anchors R.Introduction to Finite Element (CFINEL) S.Interpreting Results T.Overview of the Input Data File to CFINEL & Program Execution U.Workshop on Linear Finite Element Analysis of a Gravity Wall Retaining Moist Backfill V.Overview of At-Rest Earth Pressures for Irregular Soil Surfaces/Loadings (CSOILP) The Sources Sought shall present the lectures and presentations as specified in paragraph depicted in A V above. Sources Sought should have a Masters Degree or above in Engineering. Sources Sought must have knowledge of Corps of Engineers design practices and must have working knowledge of the software specified in paragraph A V above including their capabilities and limitations. Sources Sought should have a minimum of five (5) years of teaching experience as it relates to the Department of Defense (DoD) and USACE applications. Sources Sought must have a strong theoretical background in Soil-Structure Interaction including utilizing analytical techniques such as the finite element method. Sources Sought must have knowledge of linear and nonlinear of Corps of Engineers type structures such as retaining walls and pile foundations. The Government is performing market research in order to determine sources available that possess the capability to execute the kind of work identified above prior to issuing a request for proposal. Contractors are encouraged to obtain further information on CCR registration at the following website: http://www.ccr.gov/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. If you would be interested in such work, you are requested to submit a capability statement which addresses as a minimum, the questions at (Appendix A) of this announcement. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough to justify a small business set aside or another form of set aside allowed by regulations, such as for HUBZone, 8(a) or Service Disabled, Veteran Owned concerns. North American Industrial Classification System (NAICS) Code 541511 is applicable to this acquisition. Award of a Firm-Fixed Price (FFP) contract will be made. Services will be solicited and awarded as a Commercial Item using FAR Part 13 Simplified Acquisition Procedures under FAR Subpart 13.5. The proposed award will consist of one base plus four options. Training Schedule: FY11: Session 11-01, Vicksburg, MS, 16 May through 20 May 2011 Session 11-02, Vicksburg, MS, 23 May through 27 May 2011 Option Years: FY12: Session 12-01 TBD FY13: Session 13-01 TBD FY14: Session 14-01 TBD FY15: Session 15-01 TBD This sources sought notice is not an RFP nor does its issuance restrict the ultimate acquisition approach. The Government will Not reimburse the Contractor for any costs associated with preparing or submitting a response to this notice. No hard copy or facsimile submissions will be accepted. Interested firms should e-mail a response to Nancy.A.Wilhite@usace.army.mil and Cynthia.L.Hall@usace.army.mil not later than Monday, 15 November 2010 at 12:00 CDT. Responses will not be returned or will be considered by the Government as offers. Instead, responses to this notice will only be used to determine capability/availability of sources and serve as a supplementary market research tool describing relevant experience and qualifications. Submissions should not exceed 5 pages and will not be returned or will not be considered by the Government as offers. Final classification of the type of set-aside may be dependent upon responses to this sources sought notification. Any questions concerning this requirement should be submitted electronically via e-mail to the Contract specialists, Nancy.A.Wilhite@usace.army.mil; Cynthia.L.Hall@usace.army.mil and the Contracting Officer, Donna Ragucci at Donna.M.Ragucci@usace.army.mil. SOURCES SOUGHT QUESTIONNAIRE (APPENDIX A) 1. What is the name of your business? 2. What is your business address? 3. Please specify business type, i.e., 8(a) small business, Hubzone, service disabled veteran, etc. 4. Do the instructors/consultants have at least 5 years of teaching experience as it relates to the Department of Defense (DoD) and USACE applications? Does the instructor/consultant have a Masters Degree or above in Engineering and have knowledge of the Corps of Engineers design practices. 5. Do you have any other qualifications that are relevant to the proposed requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-T-0001/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02323305-W 20101107/101105234006-da3477362cb6a56a2d51a9e2c08b167b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |