Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
MODIFICATION

C -- IDIQ A-E Contract for Geotechnical Services

Notice Date
4/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-IDIQ-AE-Geotechinical-Sources-Sought-2018
 
Point of Contact
Jonathan Parrish, Phone: 7572017062, Joy M. Wright, Phone: 7572017145
 
E-Mail Address
jonathan.l.parrish@usace.army.mil, joy.m.wright@usace.army.mil
(jonathan.l.parrish@usace.army.mil, joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 17 April 2018 IDIQ A-E Contract for Geotechnical Services Construction estimate $4M NAICS: 541330 - Engineer Services This is a sources sought notice only; it is not a request for competitive proposals. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. Responses are to be sent via email to jonathan.l.parrish no later than 3:00 pm. EST, 3 May 2018. The Norfolk District, Corps of Engineers is conducting market research to identify potential sources to award 2 (two) different IDIQ AE contracts for Geotechnical Services. PROJECT LOCATION BACKGROUND: Architect-Engineer (A-E) services are required for an Indefinite Delivery Contract (IDC) to provide Geotechnical Engineering Services to support the U.S. Army Corps of Engineers, Norfolk District. The Norfolk District intends to procure two contracts for Geotechnical Engineering Services primarily at federal/military projects within the Norfolk District, but can be used on a limited basis nationwide. It is estimated that a maximum of 20% of the contract capacity may be used nationwide. Contract capacity may be shared with other U.S. Army Corps of Engineer Districts upon approval by the Contracting Officer and acceptance by the Contractor. The proposed contracts will be a negotiated firm, fixed-price Indefinite Development Indefinite Quantity Contract (IDIQ). This contract will have a base period of five years. Each contract shall not exceed $2,000,000 over a five year period. Each task order issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.23.2-18, because this contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. Only firms considered highly qualified will be awarded a contract. Rates will be negotiated for each 12-month period of the contract. Work under this contract to be subject to satisfactory negotiation of individual task orders. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Size Standard: This may be a total small business set aside procurement. Therefore limitations on subcontracting will apply to each contract and subsequent task orders. REFERENCE: FAR Clause 52.219-14(b)(1). The North American Industrial Classification Code (NAICS) for this procurement is 541330. To be eligible for contract award, firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. PROJECT INFORMATION: No specific projects are identified at this time that would require the use of the IDC contracts awarded under this announcement. As projects are received for execution, use of the IDC contracts will be considered if one or a combination of services listed below are needed. Geotechnical Engineering Services requested include, but are not limited to, the following: a) Geotechnical Field Exploration Services: provide appropriate subsurface exploration equipment with experienced operators and crew; perform soil borings including collecting soil samples (disturbed and undisturbed samples) in conjunction with performing Standard Penetration Tests; perform dilatometer and cone penetrometer soundings; perform rock coring; install groundwater monitoring wells; and/or perform geophysical studies. The subsurface exploration equipment shall be well maintained and in good working condition and will be capable of operating on and off road and on a floating plant. The contractor will have competent engineers available upon request by the Government to coordinate and oversee the field exploration including utility coordination, sample collection, and/or boring log preparation. The contractor shall have the ability to field locate all borings and provide ground surface elevations utilizing the services of a professional land surveyor. All subsurface exploration methods will be performed in accordance with the appropriate USACE criteria and ASTM standards. The contractor shall be capable of working in hazardous and toxic waste areas requiring Level C protection in accordance with OSHA Regulation 29 CFR 11910.120. b) Geotechnical Soils Laboratory Services: Perform appropriate tests to characterize and estimate engineering properties of soils including but not limited to general index tests, 1-D consolidation tests, triaxial test, and direct shear test. All laboratory testing will be performed in accordance with ASTM standards and be performed at laboratories having a current Corps of Engineers Research and Development Center (ERDC) Certification. c) Geotechnical Engineering Services: Perform deep and shallow foundation design and analyses, bearing capacity analyses, settlement analysis, slope stability analyses, seepage analyses (including 2d and 3d modeling), probable failure mode analysis, probabilistic assessments (risk, reliability, uncertainty), pavement design and analysis (including airfield pavements), and design and analysis of waterfront structures; perform computer modeling using programs such as Slide, Slope/W, UTEXAS4, Seep/W, LPile, PCASE, and other current recognized industry software; prepare field and laboratory investigation programs. d) Geotechnical and Geologic Literature Search; e) Prepare and present geotechnical reports, technical topic presentations, and special studies; Prepare graphic logs using gINT, AutoCAD, and MicroStation; Prepare plans and specification for geotechnical components of projects using AutoCAD and Government furnished programs such as SpecsIntact. f) Geotechnical Instrumentation Services: Perform evaluation, design, installation, monitoring and rehabilitation of geotechnical engineering instrumentation including, but not limited to, inclinometers, piezometers, movement monitoring devices, etc. Construction monitoring and field testing: Provide compaction testing, pile driving inspection, drilled pier construction inspection, and static and dynamic load testing of deep foundation systems, installation and monitoring of static pile load tests. g) Review of designs to ensure compliance with USACE or other specified design standards; h) Dam and Levee Engineering Services: provide inspection and evaluation of dams and flood control levees. Prepare designs and analysis for repairs and rehabilitation, Dams to include earth fill, rock fill, conventional concrete, and roller-compacted concrete (RCC) dam projects. Aspects of the dam will include intakes, conduits, spillways, discharge channels, drainage facilities, embankments, concrete and masonry structures, and foundations. Levee systems to include embankments, concrete floodwalls, closure structures, gates and pump stations. Engineering disciplines will include expertise in hydrology and hydraulics, geotechnical engineering, structural analysis and design, mechanical, electrical and construction engineering. Preparation of Dam Break Analyses, Inundation Mapping and Emergency Action Plans may be required. i) Preparation of portions of Operations and Maintenance manuals associated with geotechnical project components. The selected contractor should have or express the capability to acquire subcontractors with experience and equipment for any of the above as needed. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. REQUESTED INFORMATION: Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested capable, qualified and responsive SMALL BUSINESS Prime Contractors are encouraged to reply to this sources sought announcement. Since this notice is being used to assess the extent of firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts: Interested sources shall submit the following: 1) Provide a copy of the attach form called "Sources Sought Bidder Information" This form is used to track the company name, address, phone number, point-of-contact, cage code and DUNS number. The government uses this information to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Failure to provide this form will be indication of not interested in participating in market research. Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. It is highly encourage that contractors update their SBA Profile, as well, with their current information. 2) Please provide separate document that indicate the primary nature of your business, with supporting NAICs Code, and capability to execute one of the identified refinishing options listed above. 3) Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described in Project Information listed above. NOTE. In order to maintain total objectivity in the A-E selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. If a question is presented to the Contracting Officer, Joy Wright, it will be at the Contracting Officer's discretion to respond. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal. DISCLAIMER - THIS IS AN SOURCES SOUGHT ANNOUNCEMENT for information and planning purposes only and is NOT to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and there may be no contract awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-IDIQ-AE-Geotechinical-Sources-Sought-2018/listing.html)
 
Place of Performance
Address: 803 Front Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN04891677-W 20180419/180417230659-320d574b39e47e03e3f9a43f1c5b95c4 (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.