Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

C -- IDC FOR FOUNDATION PRESSURE RELIEF WELL ENGINEERING WITH GEOPHYSICAL SURVEYING FOR THE GREAT LAKES AND OHIO RIVER DIVISION

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
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
W91237-14-R-0010
 
Response Due
5/13/2014
 
Archive Date
6/23/2014
 
Point of Contact
Samantha Stanley, 304-399-5705
 
E-Mail Address
USACE District, Huntington
(samantha.l.stanley@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following changes have been made in the sections listed below : - 2. (a) 8. and - 3. Selecion Criteria (A) (second paragraph) 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Foundation Pressure Relief Well and Geophysical Survey 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. Geographical boundaries for the Great Lakes and Ohio River Division include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. One indefinite delivery contract will be negotiated and awarded with a base period and four option periods. The amount of the contract will be not exceed $5,000,000.00 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 July of 2014. This announcement is restricted to small businesses only. The North American Industrial Classification System code (NAICS) is 541330, which has a standard size of $14,000,000.00 in average annual receipts. Limitations on subcontracting are referenced in FAR clause 52.219-14(c)(1), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 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 System For Award Management (SAM). Register via the SAM Internet site at http://www.sam.gov. 2. PROJECT INFORMATION: The A-E services to be performed under this contract to be performed includes but is not limited to design, studies, geophysical surveys, sampling, testing, permit procurement, and other similar activities related to Relief Wells, Extraction Wells, and/or Monitoring Wells. Tasks would include but not be limited to: a.Establishment, rehabilitation, maintenance, and abandonment of Relief Wells, Extraction Wells, and/or Monitoring Wells; 1.Characterization of relief well conditions through various methods including Step-Drawdown, Constant-Rate, Specific Capacity Testing, and Recovery Testing (Residual Drawdown Testing) 2.Assess Relief Well and aquifer conditions by hydraulic testing methods. 3.Downhole Imaging to determine comprehensive condition of relief well (structural integrity, biological plugging, geochemical clogging, etc.) 4.Analysis of contaminants and water chemistry: Geochemical sampling and analysis to determine baseline chemical characteristics of the well and aquifer. 5.Analysis of microbes using the Biological Activity Reaction Test analysis, and other tests to allow for complete characterization of levels of biological activity. 6.Complex modeling of system(s), both numerical and finite-element modeling. 7.Traditional modeling of systems using methods such as Theis, Rorabaugh, Jacob, and Hantush-Bierschenk. 8.Contractor shall perform redevelopment and/or rehabilitation to re-establish the operating condition of the relief well by mechanical and/or chemical treatment method and as required other methods to rehabilitate 9.Maintain collection, disposal, and treatment of wastewater capabilities. 10.Perform accurate assessments of post-treatment effectiveness from baseline conditions. 11.Installation of new wells 12.Perform preventative well maintenance including condition assessments, monitoring of geochemical and biological condition, and period treatments. 13.Abandonment of existing wells in accordance with all relevant guidance. 14.Perform comprehensive site assessments in order to complete design of new pressure relief well systems for various dam and levee projects. 15.Review existing systems for performance, and recommend changes to systems to enhance or augment operation. 16.Develop individual wells, well systems by performing various well development techniques. 17.Develop and or manage Individual and District wide relief well operation and maintenance plans 18.Analyze wells for efficiency and aquifer parameters. 19.Perform computer modeling for design and data analysis. 20.Conduct as necessary video inspections, visual inspections, geochemical analysis and biofouling analysis for toe drain piping, seepage collection piping, and other related drainage structures to perform maintenance and rehabilitation 21. Develop and manage individual and district wide maintenance programs, including maintenance monitoring, for pressure relief piping, relief well collector piping, and other related drainage structures. b.Aerial, Surficial, and or downhole Geophysical Surveying of embankments and appurtenant components to include: 1.Ground Penetrating Radar 2.Direct Current Electrical Resistivity 3.Frequency Domain Electromagnetics 4.Self-Potential 5.Transient EM 6.Seismic Refraction and Reflection Techniques. 7.Gravity Techniques 8.Remote sensing 9.Borehole geophysics c.Contaminated soil and groundwater cleanup related to wells. d.Environmental Studies and knowledge required related to Relief Wells, Toe Drains, and Collector Systems: 1.All aspects of NEPA and other Federal Programs, State and Local Environmental Laws and Regulations - studies and designs 2.Records of Environmental Consideration 3.Site characterization 4.Pollution prevention plans 5.Risk assessments 6.Contamination assessment 7.Corrective action plans 8.Hazardous and toxic waste surveys 9.Sampling and Testing 10.Surface/subsurface sampling of soils, sediments, rock, and water 11.Sewer sampling 12.Storm water discharge evaluation 13.Procurement of Environmental Permits 14.National Pollutant Discharge Elimination System (NPDES) 15.Clean Water Act (CWA) 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-E are primary. Criteria F-G are secondary and will only be used as a quote mark tie-breaker quote mark 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 perform, monitor, and otherwise accomplish the defined work: Provide specific examples of utilization of approved mechanical and/or chemical treatment in foundation pressure relief well rehabilitation efforts, number of wells treated, and document success ratios. Successfully document familiarity with projects and foundation pressure relief wells systems within the boundaries of the Great Lakes and Ohio River Division, to include the ability to design, review and update existing foundation pressure relief well systems, as well as develop maintenance plans both local and wide area. Demonstrate successful completion of geochemical sampling and analysis and development of sampling methodology for determining condition of relief wells. Provide examples of step-drawdown testing, constant rate testing, and capacity testing of foundation pressure relief wells and well systems. Demonstrate experience with inspection, cleaning, evaluation and rehabilitation of lateral drainage systems; such as toe drain systems on dams and levees. Demonstrate successful analysis of microbial analysis and development of maintenance procedure for that microbe. Demonstrate ability to analyze specific relief well systems and foundation types and give recommendations and conclusions to the client that provides potential future cost savings based on suggested improved methods and analyses. Demonstrate ability to determine aquifer characteristics, classification, and relief well efficiencies given various influences including: partially penetrating wells, complex boundary conditions, and foundations (aquifers) providing high transmissivities and relatively small drawdowns. Demonstrate the ability to perform analyses to identify flow regimes during pumping test and detect aquifer boundaries (e.g. no-flow, weak re-charge boundary, etc.) Demonstrate familiarity with both numerical and finite-element analysis as well as Rorabaugh, Jacob, Hantush-Bierschenk, and Theis modeling methods and document experience assessing well losses and well efficiency parameters as relevant to well system design and existing system back-analysis. The software programs for aquifer and relief well analysis will be evaluated to determine the extent to which the programs and experience utilizing same can satisfactorily meet contract specifications. Document equipment types and quantities available to perform the work covered in this synopsis. Successfully install, maintain, upgrade, rehabilitate, and troubleshoot USACE dam and levee foundation pressure relief wells and well systems. Document types of geophysical surveying methods accomplished and provide examples of the efforts. Firm shall provide documentation of successful aquifer mapping and characterization. Demonstrate proficiency with downhole imagery via video and camera. Document designs utilized for alternative foundation pressure remediation efforts and successes. (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 senior professional staff to minimally include the job descriptions below. The professional qualifications criteria for this contract are listed in descending order of importance (first by major criterion and then by each sub-criterion). Project Manager: Minimum of one (1) senior level registered Geotechnical Professional Engineer with a minimum of fifteen (15) years of professional experience of which ten (10) years specifically relate to Geotechnical and Dam and Levee Foundation Pressure Relief Well and other systems. This person will be responsible for overall management of the scoped work, and quality control of all deliverables. Contractor shall define why the submitted person qualifies for this role. Chemical Engineer: Minimum of one (1) senior level Chemical Engineer with a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to analysis of found contaminants and groundwater chemistry and disposal of contaminants according to federal, state, and local laws and regulations. Candidate(s) shall be a registered professional engineer. Groundwater Specialist: Minimum of one engineer or geologist with advanced degree responsible for overall on the ground field programs and data acquisition as well as overseeing installs and all other field activities. Specialist must have a minimum of 15 years experience in this field. (C) Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from 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. (D) Capacity: Capacity of the firm to perform as much as $2,500,000.00 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 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 software available for use on this contract. (E) Knowledge of the Locality: District and Division geologic features. Experience in creating foundation pressure relief systems within Divisional boundaries. (F) Geographical Proximity: Location of the firm in general geographical area of: Huntington District, 502 8th Street, Huntington, WV 25701. (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 (SB) and small disadvantaged businesses (SDB). 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 4:00 PM on Tuesday, May 13, 2014 EST. Offerors shall also submit one copy of the submitted package on a CD or DVD, in a searchable PDF format. 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 Samantha Stanley (Samantha.L.Stanley@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-14-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN03348209-W 20140426/140424235348-e576f69bfc69cd77ef0d01717c7ae6e7 (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.