Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2015 FBO #4802
MODIFICATION

C -- NATIONAL IDC FOR GEOTECHNICAL SERVICES FOR VARIOUS CIVIL WORKS PROJECTS WITHIN THE US ARMY CORPS OF ENGINEERS

Notice Date
1/15/2015
 
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
W91237-15-R-0001
 
Response Due
2/5/2015
 
Archive Date
3/16/2015
 
Point of Contact
Samantha Stanley, 304-399-5705
 
E-Mail Address
USACE District, Huntington
(samantha.l.stanley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services for one Indefinite Delivery Architect-Engineer (A/E) contract for Geotechnical Services. Geotechnical services are required for projects assigned to The Dam Safety Modification Mandatory Center of Expertise (DSMMCX), the Great Lakes and Ohio River Division Dam Safety Production Center(LRD-DSPC), and the Great Lakes and Ohio River Division (LRD). One indefinite delivery contract will be negotiated and awarded with a base period and four option periods. The amount of the contract will not exceed $10,000,000.00 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 April 2015. This announcement is open to all businesses regardless of size. 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 the part of work it intends to subcontract. The plan is not required with this submittal but rather at the time of award. The North American Industrial Classification System code (NAICS) is 541330, which has a standard size of $15,000,000.00 in average annual receipts. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract 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). 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 provided under this contract will be multidisciplinary geotechnical (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan, design, evaluate (through risk and reliability analysis), construct, operate and control reservoirs and dams, flood damage reduction projects, navigation projects, and quote mark Support for Others quote mark type projects. The firm will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of work as required for geotechnical expertise, drilling services, and production level testing of soils and rock. The contract includes provisions for working outside the LRD boundaries; such work will be negotiated on a case-by-case basis where those tasks are affected by location. Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards and practices and other professional standards and practices as necessitated by project conditions or job requirement. 3. SELECTION CRITERIA: The selection criteria for this contract is listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-G are primary, criteria H is secondary and will only be used as quote mark tie-breaker quote mark among firms that are essentially technically equal. (A) Specialized Experience and Technical Competence: Firms must demonstrate specialized experience and technical competence and will be ranked in descending order on the ability to provide or perform: a.Earth Embankment/ Foundation Seepage Analysis b.Rock Scour Evaluation c.Subsurface Exploration - see drillers qualifications d.Inspection of Subsurface Explorations - see professional qualifications e.Materials Testing (Soils and Rock - lab must be inspected and validated by USACE-ERDC) f.Static Stability Analyses g.Geomorphologic/Geologic Site Characterization for Dams/Levees h.Facilitation for Geotechnical/Geological Facets of Dam/Levee Safety Risk Assessment i.Design of Seepage Control Features for Dams/Levees j.Design of Seepage Management Features for Dams/Levees k.Design of Grouting Programs for Dams/Levees l.Geotechnical Instrumentation and Data Collection m.Development of Complex Geotechnical Exhibits n.Geophysical Studies o.Rock Mechanic Expert Services p.Geohydraulic Expert Services q.Development of design spectra based on regional seismicity and application to embankment/ foundation liquefaction studies r.Rock Anchoring s.Dynamic Stability Analyses t.finite element analysis; u.seismic risk and reliability studies (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 to include drillers and drilling inspection staff. Drillers must have a minimum of five years successful experience drilling in earthen embankments, exploratory drilling inspectors must be registered professional engineers or professional geologists with a minimum of five years experience drilling in earthen dams and embankments. The firm must staff the necessary Registered/Licensed Geotechnical Engineers and Geologists, Laboratory personnel, engineering and computer modelers. (C) Capacity: The evaluation will consider the firms' ability to provide required physical plants and supplies. Capacity of the firm to perform approximately $10,000,000.00 in work for the required type in a base period, and four options periods, and accomplish the anticipated work in an efficient manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Evaluation will include capability of the firm's listed equipment to perform all required work/availability, condition of equipment, maintenance of equipment, and equipment failure alternatives. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide 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. (D) Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (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 (E) Safety: The firm shall provide an evaluation of equipment use, safety policy and plan, job hazard analysis, employee responsibilities, safety training, public safety, and knowledge of USACE's Safety Program and OSHA requirements. (F) Quality Control: The firm shall display evidence of a quality control program, inspection program, system for identification of deficiencies, file maintenance, and method of assignment. (G) Small Business Participation: All Offerors (both large and small businesses) are required to complete a Small Business Participation Plan, as outlined below. Offerors should propose the level of participation of small businesses (as a small business prime and/or small business subcontractor) in the performance of the total contract/acquisition value relative to the objectives/goals set forth in this evaluation factor. (a) Check the applicable size and categories of the PRIME offeror only. ( ) Large Prime Or ( ) Small Business Prime (indicate any applicable sub-category(s) listed below) ( ) Small Disadvantaged Business (SDB) ( ) Woman-Owned Small Business (WOSB) ( ) Historically Underutilized Business Zone Small Business (HUBZ) ( ) Service-Disabled Veteran-Owned Small Business (SDVOSB) (b) Submit a total combined percentage of work to be performed by both large and small businesses of the total contract value (include the percentage of work to be performed both by Prime and Subcontractors): Total Proposed Acquisition: Total % planned for Large Business performance _______% Total % planned for Small Business performance _______% (When combined, large and small business total must equal 100%) (c) Indicate the total percentage of participation to be performed by each type of small business sub-category, if applicable. (If a small business qualifies in multiple categories, include it in multiple categories below): Small Disadvantaged Business (SDB) ______% Woman-Owned Small Business (WOSB) ______ % Historically Underutilized Business Zone Small Business (HUBZ) ______% Service-Disabled Veteran-Owned Small Business (SDVOSB) ______% (d) List principle supplies/services to be provided /performed by Small Businesses. If a small business qualifies in multiple categories, list in multiple lines below: Name of Company: ____________________________________________ DUNS: ___________________________________________________ Type of Service/Supply: _______________________________________ Small Business(s):______________________________________________________________________________ Small Disadvantaged Business(s):___________________________________________________________ _______________ Woman-Owned Small Business(s):____________________________________________________________ _______________ Historically Underutilized Business Zone Small Business(s):______________________________________________________________ _______________ Service-Disabled Veteran-Owned Small Business:_____________________________________________________________________________________ (e) Describe the extent of commitment to use small businesses in this procurement (for example: small business prime, written contract, verbal agreement, joint venture arrangement, mentor-prot g business relationship, etc.) Goals for this procurement are: Small Business Overall: 10% of the total contract value Small Disadvantaged Business (SDB): 2% of the total contract value Woman-Owned Small Business (WOSB): 3% of total contract value Historically Underutilized Business Zone (HUBZone) Small Business: 3% of total contract value Service Disabled Veteran Owned Small Business (SDVOSB): 2% of total contract value. Note: A participation plan which reflects 3% of the contract value for HUBZone firms, for example, would also count toward the overall Small Business Goal. This applies to all subcategories. (H) 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 and small disadvantaged businesses. 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 three copies of SF 330 Part I and three copies of SF 330 Part II for the prime firm and all consultants to the above address no later than 4:00 PM on Thursday, February 5, 2015 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/W91237-15-R-0001/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN03618096-W 20150117/150115235617-c43749ae2bfaab6c01f98f0a67f93ee7 (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.