Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

C -- IDC FOR AUTOMATED DATA ACQUISITION SYSTEMS (ADAS) INSTRUMENTATION SERVICES FOR THE GREAT LAKES AND OHIO RIVER DIVISION

Notice Date
6/16/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-11-R-0015
 
Response Due
7/15/2011
 
Archive Date
9/13/2011
 
Point of Contact
Ginny M Morgan,.
 
E-Mail Address
USACE District, Huntington
(ginny.m.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. ADAS Instrumentation services are required for various types of civil works projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division and the St. Louis District. Geographical boundaries for the Great Lakes and Ohio River Division include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, Pittsburgh Districts and the Saint Louis District. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. The amount of the contract will not exceed $10,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in November of 2011. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. The plan is not required with this submittal. A Quality Control Plan and Accident Prevention Plan will be required prior to the issuance of the first task order. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-866-606-8200. 2. PROJECT INFORMATION: The A-E services to be provided under this contract will be to provide new, rehabilitate existing, and design and install instrumentation for dams, levees, lock and dams, and floodwalls (see paragraph on Specialized Experience and Technical Competence) to support our mission to plan, design, construct, operate and control reservoirs and dams, flood damage reduction projects, and navigation projects. The A-E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform the work outlined in the contract and individual Task Orders. Work shall also consist of subsurface geotechnical investigation as part of installation of instrumentation; therefore, contractor needs to plan for soil and rock drilling, sampling, and recovery as part of the work. Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards, and practices and other professional practices and standards as necessitated by project conditions or job requirement. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-D are primary. Criteria E-G are secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. (A) Specialized Experience and Technical Competence: As listed below in descending order of importance; firms must demonstrate specialized experience, technical competence, availability of both staff and equipment to install, monitor and otherwise accomplish the defined work: Successfully document the ability to: design, install, maintain, upgrade, integrate, rehabilitate, and troubleshoot both manual and automated instrumentation systems for monitoring any and all aspects of movements, pressures, flows and temperatures of both manmade structures and natural conditions. Firm shall document successful implementation of Automated Data Acquisition Systems (ADAS) or early warning systems on at least five (5) high risk projects equivalent to Dam Safety Action Classes I and II standards. Huntington District currently has an extensive automated instrumentation data management application. Firms must demonstrate the ability to successfully automate the integration of any new instrumentation data with the current system. Firm shall have experience in designing, installing, maintaining and integrating automated and manual instrumentation systems. Firm shall be able to provide documentation of successful design and installation of systems at other government facilities or under other government contracts such as the Bureau of Reclamation, NRCS, US Fish and Wildlife Service, etc. Systems shall have been comprised of various sensor types, both manual and automated. Sensor types shall include, but not be limited to the following types of instruments: strain gages, crack meters, extensometers, piezometers (casagrande, vibrating wire and fully grouted), barometers, weir monitors, relief well flow monitoring devices, earth pressure cells, load cells, inclinometers, time domain reflectometry (TDR), tilt meters, terrestrial position systems (TPS), global positioning systems (GPS), alignment and settlement points, and surface displacement monuments. Firms must provide examples of experience across all levels of data acquisition and data management. Examples of various methods of data acquisition shall include manual instrumentation; data logged instruments, wireless communication systems, Early Warning Systems (EWS) and Automated Data Acquisition Systems (ADAS). Examples of various methods of data management shall include web based near real time monitoring and comprehensive data management systems. Provision of as-built documentation, cost estimating and control, and value engineering shall be considered. Documents provided as part of contract shall adhere to latest Corps of Engineers CADD 4.0 standards and fully compatible with MicroStation version XM or newer. (B) Professional Qualifications: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. The firm shall demonstrate the necessary staff to minimally include the job descriptions below. Program Manager: One (1) senior level registered professional engineer with a minimum of twenty (20) years of professional experience of which ten (10) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. This person will be responsible for overall management of the contract, and quality control of all deliverables. Contractor shall define why the submitted person qualifies for this role. ADAS Specialist(s): with a minimum of twenty (20) years of professional experience of which ten (10) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. Candidate(s) shall be a registered professional engineer. Programmer(s): with a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation and WinIDP integration. Electrical Engineer(s): Shall be a registered professional engineer with a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. Geotechnical Engineer(s): Shall be a registered professional engineer with a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. Project Engineer(s): Shall be a registered professional engineer(s) (either Civil or Structural) with a minimum of ten (10) years of professional experience of which five (5) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. Candidate shall have a minimum education level of M.S. in Engineering. Geologist(s): Shall be a registered professional geologist with a minimum of ten (10) years of professional experience of which five (5) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. Technician(s): with a minimum of ten (10) years of professional experience of which five (5) years are specifically related to Geotechnical and Structural Dam and Levee Instrumentation. (C) Capacity: Capacity of the firm to perform as much as $5,000,000.00 in work per annum in a satisfactory and efficient manner. The evaluation will consider the firms' ability to provide required personnel to meet the requirements above and the availability of an adequate number of persons in key disciplines. Firms shall demonstrate their strong ability to provide project management for complex work; comprehensive technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. Firms must also submit a list of all significant equipment and software intended to be used on this contract. (D) Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Firms must demonstrate past performance in similar work. (E) Supervision and Administration: The firm shall be evaluated based on administration and shall provide an organization chart, how subcontractor(s) will be used, if any, availability of key personnel, personnel management policy regarding Standards of Conduct/disciplinary practices/how work will be accomplished in the absence of key workers. Contractor shall provide complete list of all subcontractors proposed. The firm should have one point of contact for this contract and demonstrate past/project-working relationships with subcontractors. The firm shall provide plans and information on safety policies and plan, job hazard analyses, employee responsibilities, safety training, public safety, and knowledge of USACE's Safety Program and OSHA requirements. The firm shall display evidence of a quality control program, inspection program, system for identification of deficiencies, file maintenance, and method of assignment. (F) SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran-owned businesses) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor or joint venture partner. (G) Equitable Distribution of DoD Contracts: Volume of DOD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business and small disadvantaged businesses 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit two copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:30 PM on Friday, July 15, 2011. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile and electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The POC for this procurement is ginny.m.morgan@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-11-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN02474731-W 20110618/110616234712-7a3cc7497751071e8b6e9416c9a28c40 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.