SOLICITATION NOTICE
R -- A/E Geotechnical Services
- Notice Date
- 7/10/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
- ZIP Code
- 71302
- Solicitation Number
- AG-7217-S-13-0010
- Archive Date
- 9/14/2013
- Point of Contact
- Vicki L. Supler, Phone: 318-473-7645
- E-Mail Address
-
vicki.supler@la.usda.gov
(vicki.supler@la.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA Natural Resources Conservation Service in Louisiana is requesting professional qualifications (SF-330's) from qualified firms for architect/engineering services with experience in performing geotechnical investigations including experience in subsurface soil investigations, soil laboratory testing, and engineering recommendations of project sites in Louisiana. This is a Request for Qualifications conducted in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. This is a Total Small Business Set Aside under the primary NAICS code of 541330 which has a size standard of $14M. This announcement constitutes the only notice. For purposes of this announcement, a concern is considered to be a small business concern if its average annual receipts for the past three years, do not exceed $14 million. No reimbursement will be made for any costs associated with providing information in response to this requirement or any follow up information requests. The Government anticipates the award of a firm fixed price indefinite delivery, indefinite quantity type (IDIQ) contract as a result of this competition. The initial contract period will be for one (1) year and the Government may, at its option, extend the contract to a maximum of five (5) years by exercising each of the four (4) one-year renewal options. Work under the contract will be subject to satisfactory negotiation and performance of individual Task Orders. The price of any single task order shall be at least $5,000 but shall not exceed $500,000. The maximum order amount for any contract period (base year and each option year) shall be $1,000,000. The guaranteed minimum is $5,000. Task Orders will be negotiated as firm fixed-price procurements for individual projects. PROJECT INFORMATION: The selected firm must be able to work on sites which are landbased, shallow draft and deep draft marine and marshland-based areas. The selected firm will perform the following services: 1. Field investigations. This includes the drilling, field testing, sampling, logging and packaging of soil specimens extracted from locations identified by the NRCS engineers. 2. Laboratory testing. This includes the laboratory classification and testing of soil specimens extracted from the soil field investigation. Specific tests will be defined by NRCS engineers. 3. Analyses. This item shall include analyses utilizing the data collected and developed from the field investigations and laboratory testing. The analyses shall include but not limited to, slope stability, bearing capacity, settlement, shallow and deep foundation, pile design and various other analyses as related to geotechnical engineering. 4. Reports. This item consists of the formulation of a report defining the field, laboratory and analysis results along with appropriate geotechnical design recommendations. PRE-SELECTION CRITERIA will based on the firm having a minimum of 1) Two in-house Registered Professional Civil Engineers, with at least one of the engineers being a Registered Professional Civil Engineer in the State of LA or hold a temporary permit to practice engineering within Louisiana, and have a minimum of ten years experience in geotechnical investigations, 2) Two in-house soil technician with one technician having a minimum of ten years experience in geotechnical investigations and testing, 3) one in-house driller with a minimum of ten years experience in soil investigations, 4) one in-house assistant driller with a minimum of five years experience, 5) one in-house Geologist with a minimum of ten years experience in soils classification. SELECTION CRITERIA: Each firm will be evaluated on the following: 1. Professional qualifications necessary for satisfactory performance of required services. Evaluation will be based upon the professional engineering registration and qualified personnel work experience associated with geotechnical investigations, and their availability to work on this contract. Examples of previous work shall be provided for review, as well as a description of the type of analysis previously performed and references with phone numbers. Previous work examples will be evaluated based on the complexity of work and analyses ability demonstrated. 2. Specialized experience and technical competence. Evaluation will based on the extent of directly related experience in performing geotechnical investigations, testing, and analyses; specialized education at the university level, and all other applicable education and training in the engineering disciplines. 3. Capacity to accomplish the work. Evaluation will be based on the number of qualified personnel available to work on this contract, the array field and laboratory equipment and software/hardware available to work on this contract, and the quantity of work currently under contract and the completion dates of existing contract work. Examples of field and laboratory equipment are: quantity and size of trucks, marsh buggies, pontoons, jack up barges and airboat drill rigs; quantity and types of testing equipment; laboratory work load capacity; variety of slope stability, foundation, pile design and consolidation software, etc. A complete list and detailed scope of work for current contracts including joint venture contracts shall be submitted. 4. Knowledge of the locality. Evaluation will be based on past work experience in Louisiana where geotechnical investigations were performed. Firms shall indicate the locality of their past work experience. Preferential consideration will be given to firms that have performed the requirements described in coastal marsh areas of Louisiana. 5. Past performance on contracts with government agencies and private industry. Evaluation will be based on the quality and timeliness of performance under previous contracts. References with telephone numbers shall be provided. The evaluation factors listed above are ranked in their order of importance, with criteria (1) being the most important. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management System (SAMS) to be considered for an award of a Federal contract. For information regarding registration contact the SAMS Web Site at https://www.sam.gov/portal/public/SAM/. Firms which meet the requirements described in this announcement are invited to submit 4 copies of Standard Form 330, Architect-Engineer Qualifications, Parts I and II, and any other supplemental information deemed by the Offeror to respond to the selection criteria. Do not submit cover letters, binders, elaborate coverings, spiral bound material or company brochures/pamphlets, etc. Submit only what is requested on 8 ½ x 11 inch bond paper with a minimum of 12 pitch font. The proposal submittal, including the SF 330 Parts I and II shall not exceed 100 pages in length (includes all attachments, subcontractor, consultant information, etc.). Offerors exceeding the maximum page limitations may not be considered. Cover pages, tab pages, and divider pages will not count towards the 100 page limit. Submissions include single or double sided sheets, but shall not exceed the 100 page limitation. Offerors may include 11 x 14 inch paper for the exclusive presentation of tables or figures. These pages will not count towards the page limitation. Interested firms must submit their SF-330's no later than August 30, 2013, 2:00 p.m. CT, to the attention of Vicki Supler, Contracting Officer, USDA-NRCS, 3737 Government Street, Alexandria, LA 71302. Only those firms responding by that time will be considered for selection. Firms responding to the announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Facsimile transmissions and email transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Any questions should be addressed to the contracting officer. NOTE: Work will be located throughout the State of Louisiana. PRICE PROPOSALS: Once the evaluation of firms has been completed, the most highly qualified firm shall provide a price proposal within the requested time period to be identified by the Government (DO NOT SUBMIT UNTIL REQUESTED). The proposal shall include, but is not limited to, a description of direct labor categories, direct labor rates, G&A rates, Overhead rates, laboratory rates, equipment rates, and other recurring costs. The proposal will be negotiated and incorporated into the resultant contract. Should the most highly qualified firm fail to negotiate an acceptable price with the Contracting Officer, it will be ineligible for award. The contractor agrees to submit a Certificate of Current Cost or Pricing Data as required by FAR 15.406-2(a) for awards exceeding $700,000. OTHER INFORMATION: The proposal will be evaluated and negotiated for fair and reasonable price. If a fair and reasonable price cannot be negotiated, the Government may request a proposal from the next highest ranked firm and the process will continue until a contract has been awarded. Selection of firms for negotiation shall be made in order of ranking based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/LASO/AG-7217-S-13-0010/listing.html)
- Place of Performance
- Address: Various parishes in Louisiana, Louisiana, United States
- Record
- SN03111743-W 20130712/130710234704-12a1d4b90e90f84da5accf2a2d0fca7d (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 |