Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

C -- GEOTECHNICAL ARCHITECT-ENGINEERING SERVICES IN SUPPORT OF THE U.S. ARMY CORPS OF ENGINEERS (USACE), SEATTLE DISTRICT AND WALLA WALLA DISTRICT

Notice Date
8/8/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD922080046-02
 
Response Due
9/10/2012
 
Archive Date
11/9/2012
 
Point of Contact
JAMES A RUSSELL, 206.764.6087
 
E-Mail Address
USACE District, Seattle
(james.a.russell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT THE SF330 DOCUMENTS IS CONTAINED HEREIN. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO DUSTIN SMITH AT DUSTIN.J.SMITH@USACE.ARMY.MIL. Description 1.CONTRACT INFORMATION: The Seattle District Corps of Engineers plans to procure geotechnical services in accordance with PL 92-582 (Brooks Act) and FAR Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A E services required for contract include but not limited to, subsurface exploration and documentation, land and water-borne geophysical investigations, surface geologic mapping, embankment design, foundation analysis, rock mechanics, tunneling design, seismic site evaluation, geotechnical site evaluation, blasting design, groundwater studies, including modeling and aquifer test analysis, water well design and well/aquifer testing, installation of piezometers, inclinometers, or other geotechnical instrumentation, production and delivery of plans and specifications, geotechnical studies. The contract will be primarily for work in Washington, Idaho, Montana and Oregon. A specific scope of work and services required will be issued with each task order. Specialized knowledge, expertise and past experience that would significantly benefit customers of the Seattle District is preferred. A Firm, Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be the result of this notice. The contract period of performance will be for a single year base period and two option periods of one year, each. The total contract amount shall not exceed three million ($3,000,000). Individual task orders shall not exceed the annual contract amount. Exercise of options is at the Government's discretion. The minimum guarantee for the contract will be two thousand-five hundred ($2,500). North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $14,000,000 in average annual receipts. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken the last 3 fiscal years, does not exceed $14 Million. For more information concerning NAICS and a SBA size standards, go to http://www.sba.gov. This announcement is an unrestricted acquisition open to all businesses regardless of size. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. 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/. Joint ventures must have its own CAGE code and be registered in CCR as a joint venture. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. 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 Seattle District which will be considered in the negotiation of this contract are: (a)At least 50% of a contractor's intended subcontract amount be placed with small businesses (SB); (b)At least 17% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (c)At least 18% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (d)At least 4% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (e)At least 8.5% of a contractor's intended subcontract amount be placed with veteran-owned SB; and (f)At least 10% of a contractor's intended subcontract amount to be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: Geotechnical services are required to support eh US Army Corps of Engineers civil works and military missions including the exploration, geologic mapping, sampling, testing, design and analyses of embankments, foundations for structures and similar facilities, blast design, geophysical exploration, and rock mechanics investigations. Firms are expected to perform the following requirements: Perform engineering geologic mapping of rock and overburden deposits and analyses of drilling and mapping data in light of areal or regional geology, as it applies to the specific project. Perform subsurface geologic investigations using geophysical methods including, but not limited to, refraction seismic, ground-penetrating radar, electro-magnetics, resistivity, magnetics, and sub-bottom acoustics, including interpretation. Perform laboratory testing of overburden samples to determine gradation, moisture content, plasticity, shear strength, and consolidation characteristics as appropriate for the analyses and design activity. Perform laboratory testing on rock samples. Perform engineering analyses and design studies, including stability and seepage analyses, ground water, and foundation design analyses as appropriate in accordance with accepted professional practice, and using data furnished by the Government or obtained from exploration, geologic mapping, and laboratory testing programs. Conduct subsurface investigations using techniques not limited to: test pits, cone penetrometer investigations, and exploration drilling using rotary, churn, auger, wash-boring, diamond core-drilling, sonic, or other drilling equipment. Exploration drilling will include the services of qualified geologists or soils engineers as appropriate for full-time inspectors. Perform review services for draft geotechnical and seismological reports prepared by others. Prepare and submit a geotechnical report containing results of all work and recommendations for investigations and designs as appropriate. Format content for reports will be designated in each work order. Plan, prepare, conduct, and conclude site-specific investigations, remedial investigations and feasibility studies consistent with hazardous and toxic waste site clean- up legislation. Perform groundwater contamination analyses, including modeling. Perform groundwater flow and seepage modeling for geotechnical site investigations, designs, and monitoring. Conduct slope stability analyses for slopes in soil and rock, excavated slopes, tunnels, and dam embankments. Develop slope/tunnel stabilization measures and designs. Conduct seismic hazard and seismic site response studies for dams and other structures. Conduct dam safety evaluations including potential failure modes analysis, risk analysis, and development of interim risk reduction measures for dams and their abutments. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Factors a-e are primary criteria. Factors f-g are secondary criteria, and will only be used as "tie-breakers" among firms that are essentially technically equal. Primary Criteria (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (SF 330, Part I, Section F): All projects cited shall identify start/completion dates as well as the project size (cost and scope). Provide examples of 10 projects completed within the last 5 years with a maximum value of $1 Million. The Firm must provide Professional qualifications of firm's staff and consultants to be assigned to projects issued under this contract, i.e., Project Engineer, Geologist, Hydrogeologist, Geotechnical Engineer, Structural Engineer and Instrumentation Engineer and licensed in the state the work is to be conducted. (b) PROFESSIONAL QUALIFICATIONS. Key management and technical personnel will be evaluated based on the following criteria: education, training, registration, overall and relevant experience, longevity with firm, and voluntary certifications. Demonstrating greater experience in these areas will be rated higher than those without such expertise. Proposers that include personnel with experience in working as part of project delivery teams (PDTs) for projects listed under category 'Experience' above will be rated more highly. (c) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of deliverables, and compliance with performance schedules, as determined from PPIRS and other sources. Performance evaluations relating to projects similar to the services described here will be rated more highly. (d) CAPACITY. Sufficient capacity to respond quickly, to mobilize qualified personnel, and produce quality results under short deadline constraints, including for multiple requirements at one given time. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. Offerors are advised that there will be requirements for performance of work on U.S. Government Federal Properties or Military Installations requiring proper identification and appropriate clearances for personnel to gain access. The evaluation will consider the experience of the firm and any consultants, in similar size projects, and the availability of an adequate number experienced personnel in key disciplines. (e) LOCATION AND GEOGRAPHIC KNOWLEDGE. The firm's location, in the general geographical area of the project, and knowledge of the locality of the project; that is, the Northwest Division and Seattle District, will be rated more highly. The following items are secondary criteria. The secondary criteria will not be applied by a pre-selection board, and will only be used by a selection board as a tie breaker if necessary, in ranking the most highly qualified firms. Secondary Criteria (f) EXTENT OF PARTICIPATION: SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (g) VOLUME OF DOD CONTRACT AWARDS in the last 12 months, in Section H, Part I, SF330, firms must show their last 12 months DoD contract awards stated in dollars (see details in a subsequent paragraph). The objective is effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. (4) SUBMISSION REQUIREMENTS: Submittals should be mailed to US Army Corps of Engineers, Seattle District, Attention: Contracting (Dustin Smith), P.O. Box 3755, Seattle, WA 98124-3755, or delivered to: US Army Corps of Engineers, Seattle District, Attention Contracting (Dustin Smith), 4735 E. Marginal Way S., Seattle, WA 98124, no later than 3:00P.M. Pacific Standard time (PST) on 10 September 2012. Submittals received after this time and date will not be accepted or considered. Facsimile transmissions will not be accepted. (5) GENERAL INSTRUCTIONS: Interested firms having the capabilities to perform this work must submit copies of SF 330 to the address below. Separate SF330 Part I and II for prime firm and all consultants are not required. Minimum font size is 10. Submit: One (1) original and three (3) copies of the requested documents. The SF330 should be complete and specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organizations will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there). Include in your submittal the firm's DUNS number in SF 2250, Section C, Block 12. Address all Selection Criteria in descending order of importance, as defined in section 3 of this announcement, in SF 330, Section H. This is not a request for proposal (RFP). Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Cover letters and extraneous materials are not desired and will not be considered. Personal visits to discuss this contract will not be scheduled. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Point of Contact Email your questions to Dustin Smith, Seattle District, US Army Corps of Engineers, at dustin.j.smith@usace.army.mil, (206) 764-6741.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD922080046-02/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02831694-W 20120810/120809000803-b56f6aa3ef51c9ff990a7ad184885682 (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.