Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

C -- Geotechnical Engineering Services for the Nashville District U.S. Army Corps of Engineers.

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-12-R-0005
 
Response Due
5/22/2012
 
Archive Date
7/21/2012
 
Point of Contact
Jamie Davies, 615-736-7921
 
E-Mail Address
USACE District, Nashville
(jamie.davies@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL ENGINEERING W912P5-12-R-0005 1. GENERAL These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the A-E selection process. The Government intends to award a minimum of three contracts, two to large businesses and one to a small business, for Geotechnical Engineering Services. The awards will be selected from responses to this announcement. The contract performance period for each contract will be five (5) calendar years from date of award (Task Order periods of performance can exceed the contract period of performance). Each total contract amount will be NTE $5,000,000 and if the capacity is exhausted before the five (5) year time frame the contract will be considered complete. The minimum guarantee will be $25,000 per contract. The primary purpose of these proposed contracts is to provide geotechnical engineering services within the geographical boundaries of the Great Lakes and Ohio River Division to include USACE-Nashville, primarily at the Wolf Creek and Center Hill Dams rehabilitation projects. Other district offices within LRD are authorized to use this contract with approval of the USACE-Nashville District Chief of Contracting. Task orders will be issued on a negotiated firm fixed-price basis. The minimum order shall not be below $2,500 and the maximum order shall not be greater than $2,000,000. If remaining capacity falls below $2,500 the Government will consider the contract complete. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables, available contract capacity, uniquely specialized experience, equitable distribution of the work among the contractors, and any other project relevant factors. Contractor may be required to perform a site visit prior to preparation of proposal for any given task order. The Government will specify in the request for proposal if a site visit is recommended. Profit will be proposed, evaluated, and negotiated per task order. The Federal Supply Code (FSC) is C211, and the North American Industry Classification Code (NAICS) is 541330. The small business size standard for this procurement is $14,000,000. 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 that part of the work it intends to subcontract. The subcontracting goals for the Nashville District are Small Business 29%, Small Disadvantaged 9%, Woman Owned 5%, HubZone 6%, and Service Disabled Veteran Owned 3%. The subcontracting plan is not required with this submittal. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Contractor will be required to submit recent DCAA audit results to support proposed overhead and G&A rates. All sub-contractors not listed in initial proposal must be approved by the Chief of Engineering & Construction prior to issuance of task order. 2. PROJECT INFORMATION Tasks may include but are not limited to: geotechnical investigations in soil and rock; full drilling services (including SPT, CPT and undisturbed soil sampling; rock and concrete coring; deep hole auger; sonic drilling; over-water drilling; and geologic field logging and data processing); USACE certified laboratory services (including soil, rock and concrete testing); geotechnical analysis and design (including seepage, stability, bearing, seismic, anchors, piles); and design, installation, automation, and processing of passive and electronic instrumentation systems (such as piezometers, inclinometers, seismic, extensometers) at new and existing water resource-type projects. Other associated professional disciplines such as project management, report writing, CADD, surveying, etc. may be utilized in the accomplishment of this work. Services will be specifically scoped in detail by individual task orders. 3. SELECTION CRITERIA The selection criteria for this project are listed below in descending order of importance. Factors listed below will be rated based as follows: criteria A-E are primary, and criteria F-H are secondary and will only be used as tie breakers among the most highly qualified technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence of the prime firm and any subcontractor in the type of work described in part 2, above, titled Project Information. Evaluation factors will include knowledge and experience in geotechnical engineering within the last five years. The effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors will also be evaluated. A single point of contact for the prime must be clearly identified in the submittal. B. PROFESSIONAL QUALIFICATIONS/KEY PERSONNEL. Evaluation of professional qualifications will include the education, training, registration, certificates, overall and relevant experience, and longevity with the firm of the key management and technical personnel to be assigned to the contract. C. CAPACITY. The ability to accomplish simultaneous action on several design tasks at one time will be evaluated. D. KNOWLEDGE OF LOCALITY. The knowledge of the general locality of the Nashville District and conditions similar to those associated with the Cumberland River projects will be evaluated. E. PAST PERFORMANCE. Past performance on U.S. Army Corps of Engineers, Bureau of Reclamation, Tennessee Valley Authority, and other contracts with respect to job safety, quality of work, compliance with performance schedules and cost control will be reviewed. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. F. SMALL BUSINESS PARTICIPATION. This only applies to large businesses. Offerors will be evaluated on the extent of participation of small business concerns in performance of this contract opportunity. Offeror's must propose an overall goal accomplished through collective small business participation from any type of small business sub-category (listed in FAR 19). These categories must be specifically identified in the Small Business Participation Plan submitted. The Government will evaluate the plans to determine which plans offer the best value in terms of Small Business Participation. The degree of participation of all types of small businesses as a subcontractor, or joint venture partner will be evaluated. Offerors who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small businesses and sub-categories. At a minimum, the narrative shall discuss: (1) Goals for subcontracting with small business and sub-category small businesses that include sufficient detail to allow Government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the Government's policy to maximize opportunities for these types of businesses. (2) The extent to which small business or sub-categories have been identified for participation as part of the offeror's team. (3) The offeror's past and present commitment to providing subcontracting opportunities to small businesses and sub-categories. 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 SB and SDB. H. GEOGRAPHIC PROXIMITY. Location of the firm and the proposed team in the general geographic area of the Nashville District. 4. SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit six copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the below address not later than the response date indicated below. Solicitation documents are not provided. This is not a request for proposal. All documents shall be provided by May 22, 2012 no later than 1:00 PM Central Time (CT). If documents are being hand delivered or sent via a carrier the physical address is U.S. Army Corps of Engineers Nashville District, ATTN: Jamie Davies, Room #682, 801 Broadway, Nashville, TN 37203. If documents are sent via postal services send to U.S. Army Corps of Engineers Nashville District, ATTN: Jamie Davies, P.O. Box 1070, Nashville, TN 37202. Any submissions received after the stated time will be considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.1 1 if the prime has worked with the sub-contractors in the past five years. In Section G.26, include the firm each of the key personnel is associated with. Cover letters and extraneous materials (brochures, etc.) will not be considered. No other general notification to firms under consideration for this work will be made, and no further action is required. Questions concerning submissions should be directed to Jamie Davies at Jamie.Davies@usace.army.mil by May 7, 2012. Personal visits for the purpose of discussing this announcement ARE HIGHLY DISCOURAGED. To be considered for award all contractors must be successfully registered in the Central Contractor Registration (CCR) database (www.ccr.gov). Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. 5. POINTS OF CONTACT Contract Specialist Jamie Davies, 615-736-7921, Jamie.Davies@usace.army.mil Contracting Officer James E. Choate, 615-736-7946, James.E.Choate@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broadway Nashville TN
Zip Code: 37202-1070
 
Record
SN02723898-W 20120419/120417235112-f7bd7445ecd1b5325879368c17cba816 (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.