MODIFICATION
C -- Indefinite Delivery Architect-Engineer Contract for Geotechnical Design and Related Services, Various Locations Throughout the Pacific Rim, Primarily Alaska
- Notice Date
- 1/2/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-13-R-0005
- Point of Contact
- Kimberly D. Tripp, Phone: (907) 753-2549, Michelle R Mandel, Phone: (907) 753-2502
- E-Mail Address
-
kimberly.tripp@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(kimberly.tripp@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR GEOTECHNICAL DESIGN AND RELATED SERVICES, VARIOUS LOCATIONS THROUGHOUT THE PACIFIC RIM, PRIMARILY ALASKA General Information Document Type: Solicitation Notice Solicitation Number: W911KB-13-R-0015 Posted Date: 31 December 2012 Response Date: 31 January 2013 Classification Code: C -- Architect and engineering services Set Aside: N/A Naics Code: 541330 -- Engineering Services Contracting Office Address US Army Corp of Engineers, Alaska District, CEPOA-CT, P. O. Box 6898, JBER, AK 99506-0898. PLEASE CONTACT: Kimberly Tripp, Contract Specialist, at 907/753-2549 if you have questions regarding this announcement. Description 1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above no later than 2:00 pm Alaska time on January 31, 2013. This is not a request for proposal. This Indefinite Delivery contract is 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. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $14,000,000 in average annual receipts. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 13 subcontracting goals for this contract are a minimum of 39% of the contractor's intended sub-contract amount be placed with small businesses, with 18% of that to small disadvantaged businesses, 7% to woman-owned small businesses, 11% to HUB Zone small businesses, and 4% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. The contract shall be an indefinite delivery firm fixed price with a contract limit is $5,000,000 over a term of five years. There is no specific task order limit except the limit of the contract. Contract award is anticipated for the late second quarter or early third quarter of FY 2013. All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD System for Award Management (SAM) Register via the SAM Internet site at http://www.sam.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Required services are for Geotechnical Design and Engineering Services for Design Support. Design Support includes, but not limited to, geotechnical design recommendations, subsurface/field investigation, and reports/studies including design failure reports and forensic analysis of vertical/horizontal facilities, pavements and structures; safety inspection of existing facilities, material and soils testing of facility components, and environmental soils investigation (hazardous, toxic, or radiological (HTRW)). The A-E may also be required to provide recommendations for planning, design and construction of foundations, pavements, earth structures, dams, levee, harbors, embankments, slopes; analysis of static and seismic stability; evaluations of geological fault foundation and structural systems of existing facilities; identification and abatement methods of hazardous materials within the project. Design and engineering deliverables may include narrative geotechnical recommendations, plans, specifications, basis of design, cost estimates, design reviews, field and laboratory test results, analysis of test results, and reports/studies. Geotechnical Design and Engineering Services are required for Design Support for Various Projects. Planned projects will cover, but not limited to, new construction, repair, and alteration of a variety of sites and facilities in developed, un-developed, remote, marine, arctic, sub-arctic sites throughout Alaska, and the USACE Pacific Ocean Division (POD) region (i.e. Hawaii, Japan, Korea, and other Pacific Rim areas.) Task Order scope may require support and coordination with various architectural and engineering disciplines including cost and environmental engineers. Scope may also require addressing related construction issues such as, phasing and sequencing of work in occupied and unoccupied facilities, disruptions of both utilities and operations of the site and building occupants during construction. The A-E will be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis, to perform the services described above as well as supervising field geotechnical investigations using either Government furnished, in-house, or subcontracted drilling personnel and drilling equipment as directed by the government, furnishing of sampling supplies and instrumentation, developing and implementing geotechnical and/or chemical QA/QC sampling, work, and analysis plans, conduct employee exposure assessments to document worker exposures for regulatory compliance, writing work plans and health and safety plans, shipping to and testing of samples at Corps validated laboratories, performing geotechnical or chemical data review consistent with USACE and ADEC protocols. Arctic design experience is required of both in-house and subcontracted personnel. The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform to and are compatible with the USACE CAD systems and District Data Management Plans through the life of this contract, for all projects. The AE will be required to use the ProjNet design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Firms should have access to laboratories which are validated under NELAC, ADEC, and USACE. 3. LOCATION: Various Locations throughout Pacific Rim, Primarily Alaska. 4. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance: Criteria A-F are primary selection criteria: (A) Professional personnel in the following disciplines: (1) Two civil engineers with at least 5 years geotechnical experience each and at least one engineer being an Alaska registered professional; (2) One engineering geologist with at least 5 years experience; (3) Two field geologists or engineer technicians trained in hazardous site work in accordance with 29 CFR 1910; (4) Minimum of one senior chemist with at least 5 years of experience; (5) One field chemist with at least 1 year field sampling experience and trained per 29 CFR 1910 and meet the definition of a State of Alaska ADEC qualified person (18 AAC 75.990); (6) One hydro-geologist; and (7) One geophysicist. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) for each subcontractor as necessary. (B) Specialized experience and technical competence in: (evaluated equally) (1) Planning and carrying out geotechnical site investigations; (2) Preparing geotechnical designs; (3) Evaluation of material sources, in particular, rock quarries; (4) Planning and carrying out geophysical investigations on land and water; (5) Arctic and sub-arctic geotechnical investigations and designs. (C) Knowledge of locality: staff with knowledge of Alaskan geology, weather, and water; (D) Availability to meet frequently with Corps personnel at the Alaska District Headquarters in Anchorage, and the ability to mobilize to Alaskan sites on short notice; (E) Capacity to maintain schedules and accomplish required work on three simultaneous task orders; (F) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (G) Specialized experience and technical competence in Corps HTRW-type work; NOTE: Criteria (H)-(J) are secondary and will only be used as a "tie-breaker" among firms that are technically equal. Secondary factors are socioeconomic and not technical in nature. The secondary selection criteria in descending order of importance are: (H) SB and SDB Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions, measured as a percentage of the total estimated effort. (I) Geographic Proximity: Location of the firm in the general geographic area. (J) Equitable Distribution of DOD Contracts: Volume of DoD A-E contract awards in the last 12 months the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/type/SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the Online Representations and Certifications Application (ORCA) website. Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Presolicitation Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below. Offerors are advised to plan accordingly. No arrangements will be made by the government to assist in SF330 package delivery. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to the Elmendorf Air Force Base (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses. For offerors who will have their SF330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access. Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Tripp, Rm 30) PO Box 6898 Elmendorf AFB, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Tripp) 2204 3rd Street, Room 30 Elmendorf AFB, Alaska 99506 SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated on the SF1442 or subsequent solicitation amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Second Street/Bluff Road) and the atrium doors (the tan addition to the main building located on Third Street/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement near the DeCafe Lunchroom (turn right if using the main stairs or elevator). There is a date/time stamp located at the front desk in Room 30 and is the official clock used for SF330 package receipt. The Packaging that contains the SF330 package shall be marked: "Response to Solicitation Number: W911KB-13-R-0015, DO NOT OPEN" Contracting Division Point of Contact Kimberly Tripp, 907-753-2549 Email your questions to US Army Corp of Engineers, Alaska at kimberly.tripp@usace.army.mil Place of Performance Address: US Army Corp of Engineers, Alaska District, CEPOA-CT, P. O. Box 6898, JBER, AK 99506-0898
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-13-R-0005/listing.html)
- Place of Performance
- Address: JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02957411-W 20130104/130102233637-0c311633747c02fe6e834cb26658ac51 (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 |