Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2016 FBO #5300
SOLICITATION NOTICE

C -- IDC FOR A-E SERVICES IN CONNECTIONS WITH GEOTECHNICAL FOR PROJECTS OF THE US ARMY CORPS OF ENGINEERS USACE, LOS ANGELES DISTRICT, CAN BE USED IN SOUTH PACIFIC DIVISION

Notice Date
5/26/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0037
 
Point of Contact
Patricia B Bonilla, Phone: 213-452-3255, Tom E. Koponen, Phone: 213-452-3247
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, tomas.e.koponen@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, tomas.e.koponen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in FAR Subpart 36.6; Public Law 92-583, as amended; and 40 USC 1101. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of civil engineering, including geotechnical and environmental engineering for Civil Works and Military at Various Locations in the Los Angeles District (SPL) and South Pacific Division (SPD). The North American Industry Classification System (NAICS) code for this action is 541330, the small business size standard is $15,000,000.00 in annual receipts. The proposed contract is designated as an unrestricted acquisition, all responsible sources may submit response, which shall be considered by the agency. 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 this contract are that a minimum of 23% of the contractors intended subcontract amount will be placed with small businesses (SB), including 5% small disadvantaged businesses (SDB), 5%, woman-owned small businesses (WOB) 10.6%, HUBZone 3% and Service-Disabled Veteran-Owned Small Businesses 3%. The plan is not required with this submittal. There will be two (2) indefinite delivery contracts for Architect-Engineer (A-E) services. The contract duration is for a base period of 36 months with an option period of 24 months or until the not-to-exceed amount of $9,800,000.00 has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders subject to the availability of funds. Estimated construction cost is not applicable. The Service Contract Act (SCA) is applicable for those employees not considered to be professional employees as defined IAW FAR subpart 22.11. Applicable Department of Labor Wage Rates and Statement of Equivalent Rates for Federal Hires (FAR 52.222-42) will be included in the basic award and the wage decision for those employees subject to SCA provisions. If the term of a task order is more than one year, the minimum monetary wages and fringes benefits required to be paid or furnished thereunder to service employees under the task order shall be subject to adjustment after one year and not less often than once every two years under wage determinations issued by the Wage and Hour Division. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. Register via the SAM Internet site at http://sam.gov PROJECT INFORMATION: The work and services shall consist of geotechnical engineering design and planning and other A-E services. A-E support may be required to support civil and structural professional support for civil works projects, as well as engineering design of civil work and military engineering projects. Support services may range from preliminary engineering studies in support of planning, preparation of construction documents, through support during construction phases. The A-E services procured under these contracts may include, but are not limited to: geotechnical engineering; civil design; engineering design and planning; geospatial information systems (GIS); feasibility studies; cost engineering; project management services requiring registered professional engineers; engineering consulting; scope of work preparation for multidiscipline A-E design-build projects; and technical support. SPL expects there can be some time sensitive tasking in order to respond with A-E services to contingency operations and natural disasters. Specific outcomes and deliverables will be defined in each Task Order. Typical projects which may be procured under the proposed contracts are 1) heavy civil construction projects including support to the Border patrol, Veterans Administration, and various Military Bases, 2) coastal and port facilities, 3) dam and levee safety, 4) feasibility studies, 5) support to emergency operations such as evaluation of levee systems during flood events, and 6) inland flood control projects. Typical studies include field investigations, evaluation of data and complex geotechnical foundation conditions including liquefaction potential, seismic evaluation of large dams including finite element analysis and static seismic deformations of embankments, development of earthquake ground motions and seismic analysis parameters, complex ground water modeling studies, dewatering systems, geotechnical engineering risk assessment analyses, and levee systems inspections and evaluations. Recommendations for foundation design and construction for bridges, single and multistory buildings, roadways, bridges, and other infrastructure is required. Studies will also include soil-structure interaction, geologic studies, fissure and faulting studies, seepage analysis for dams, spillway thermal studies, materials engineering including concrete, roller compacted concrete and soil cement slope protection designs, forensic geotechnical and materials engineering evaluations, and rock, earth-fill and materials construction engineering consultation and testing, and offshore geotechnical investigations and designs for dredged channels, breakwaters, revetments, seawalls, beach nourishment, and confined dredged materials. The firm will have the capacity to provide geotechnical support during District flood and earthquake emergency response activities such as erosion protection evaluations and slope stability, seepage, stress and deformation. The firm will also have the capacity to perform offshore vibracore drilling and sampling, geophysical testing and interpretation, and geotechnical sampling and testing for large dams in highly active seismic environments. The Government will provide fully defined requirements for each task order, which may include one or more of the following: performance-based specifications, conceptual drawings and specifications, and Autocadd/MicroStation generated drawings. The contractor may be required to participate in the development of the final scope of work for individual task orders and be required to provide technical or engineering services such as laboratory testing for rock, soil, and concrete materials, detailed drawings generated in Autocadd and/or MicroStation, surveying, hazardous and toxic waste evaluations, and other submittals in support of investigations, design and construction. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. In Block 30 of the SF 330 describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor work. A formal plan must be prepared and approved by the Government, as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria a through e are primary: Criteria f through g are secondary and will only be used as tie breakers among technically equal firms: a. Professional Qualifications: Personnel qualified in civil engineering and geology with specialized qualifications that include recent knowledge and experience in key and supporting disciplines. (1) Qualified Personnel in Key Disciplines (a) Project Manager (b) Geotechnical Engineer (c) Civil Engineer (d) Engineering Geologist (e) Geologist (2) Qualified Personnel in Supporting Disciplines (a) Hydrogeologist (b) Geophysicist (c) Seismologist (d) Structural Engineer (e) Environmental Engineer (f) Toxicologist (g) Biologist b. Specialized Experience and Technical Competence (1) Development of grading recommendations- including required removals, embankments and channels, soil cement, grouted stone riprap (2) Ability to provide engineering geology support in the following areas • Geology maps and cross-section development (site characterization) • Field investigations (comprehensive)- surface and borehole geophysical explorations, groundwater, landslide mapping, drilling (over land and water), sampling, logging, in-situ testing • Design and installation of instrumentation including settlement monitoring, piezometers, leveling, slope inclinometers, and monitoring wells • Laboratory testing for rock strength, petrography and durability properties • Laboratory testing for soil engineering properties • Design and downhole geophysical/water quality and pump testing of high production potable water wells • Preparation of RCRA/CERCLA/UST SI/RI/FS reports, to include drilling and sampling of soils and groundwater and soil vapors; and installing shallow and deep groundwater wells; and performing long term monitoring and groundwater well pumping tests Evaluation of borrow sources • Marine geophysics and exploration including: vibratory core borehole sampling; CPT sampling; rotary wash sampling; sidescan sonar and sub-bottom profiling, and suitability determination for dredge material placement. (3) Preparation of Documents • Geotechnical reports (stand-alone professional quality)- geotechnical and geologic investigations, Construction Documentation • Preparation of Plans and drawings • Specifications- use of guide specifications (UFGS/Specsintact) and coordination with USACE regarding lessons learned and District specific inclusions • Preparation of Engineering Considerations and Instructions to Field Personnel (4) General geotechnical engineering with emphasis on slope stability and seepage analyses. Limited equilibrium and finite element methodologies. • Compliance with USACE and local agency design criteria including but not limited to AASHTO, Caltrans, AZDOT, NDOT • Temporary excavations • Forensic studies • Settlement, compressibility, soil strength, wick drains, surcharge • Design of embankments • Landslide evaluations • Mitigation of adverse geotechnical conditions (5) Ability to perform a wide range of foundation design evaluations • Culverts • Sheetpile walls • Shallow (spread footings and mat type) and deep foundations (driven and drilled) plus inspection and mitigation • Retaining walls- cantilever, soil nail, MSE • Flood walls • Bridges • Infrastructure- buildings, roadways, utilities • Tunneling and rock bolting (6) Materials investigations- concrete, grouted stone riprap, chemical and compaction grouting, soil cement, asphalt concrete mix design, roller compacted concrete, corrosivity evaluation and mitigation, thermal studies, concrete properties evaluation. Concrete dam static and dynamic stress analysis. (7) Levee Periodic Inspection and levee safety support- including field studies, evaluations of existing conditions, ability to assess available information, development of reports, levee risk screenings and assessments. Also Initial Eligibility and Continuing Eligibility. Dam, levee, and channel inspections for the Rehabilitation Program. (8) Construction support- engineering during construction and inspection services, monitoring of excavations, response to RFIs, review of contractor submittals, complete suite of construction inspection services, quality assurance testing, dewatering, Field Dailies. (9) Specific knowledge of design requirements and ability to support work related to dams, levees, spillways, penetrations, O&M manuals, risk analysis (10) Seismicity evaluations including faulting, seismic sources, development of site specific ground motions and response spectra for probabilistic and maximum credible ground motions. Embankment finite element seismic deformation analyses. c. Capacity to accomplish the work within the required timeframe including professional qualifications of firm's staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the require time, and the capacity to accomplish multiple task orders in multiple locations simultaneously. Specific requirements are: (1) Ability to meet project completion schedules and accomplish the work within the required time (2) Ability to accomplish ten multiple task orders simultaneously (3) Ability to provide two or more investigative teams at a time (4) Ability to perform up to $9.8 million in work of the required type over the life of the 5 year contract. (5) Ability to accomplish small task orders under $50,000 in a cost-effective, timely manner. The evaluation will consider the availability of an adequate number of key personnel, equipment availability, laboratory capability, and the extent of in-house facilities, versus subcontracting needs. d. Past performance based on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Particular consideration will be evaluations based on established Contractor Performance Assessment Reporting System (CPARS) ratings and other credible documentation include in the SF-330. If CPARS evaluations are not available, the A-E firm will be given a "neutral" rating for this criteria. e. Knowledge of the locality of the Los Angeles District area of responsibility and the South Pacific Division's geographical area. As an example, knowledge of geologic features, climatic conditions, unusual, unique or local construction methods and local materials resources, would be evaluated. Secondary Selection Criteria-only considered in the case of a tie-breaker for ranking based on the primary criteria f. Volume of DOD contract awards in the last 12 months g. Geographic proximity: Proximity is the physical location of a firm in relation to the location of a project. The primary geographic location of this contract is the Los Angeles District area of responsibility. 4. Fair Opportunity Task Order Award Criteria. Individual task orders will be awarded based on the following criteria: 1) experience with type of work sought based on review of Statement of Qualifications (SOQ) and past experience, 2) experience with a specific project where support is being requested, 3) ability of consultant to complete services in time requested, and 4) balance work between all A-E firms. Contract capacity may be transferred to any USACE district within SPD in accordance with current SPL procedures. 4. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit one completed Standard Form 330, dated 3/2013, Architect Engineer Qualifications Parts I and II and one (1) SF330 Part II for each firm that will be part of the team, to the above address not later than 4:00 pm on the response date indicated above. Please include a copy of your submission on 1 Compact Disk CD with your response. The street address is: 915 Wilshire Boulevard, CT-W, Room 930, Los Angeles, California 90017. To hand carry a submittal, arrangements must be made through Patricia Bonilla 213-452-3255 or Tomas Koponen (213) 452-3247 prior to delivery. Lengthy cover letter and generic corporation brochures or other presentation beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include DUNS number of the office that will perform the work. The SF330 Part I shall not exceed 70 pages (8.5 inches x 11 inches), including no more than 10 pages for Section H. Each side of paper is a page. Use no smaller than 12 font type. In Section H indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project. No other general notification will be made of this work. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0037/listing.html)
 
Place of Performance
Address: Primarily in the Los Angeles District but can be used South Pacific Division wide, United States
 
Record
SN04130453-W 20160528/160526234713-67e0cafa7c97d042572a544613aa9e8e (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.