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, 2018 FBO #5998
SOURCES SOUGHT

C -- Architect and Engineer Services - Geotechnical

Notice Date
4/24/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-18-R-1801
 
Archive Date
6/8/2018
 
Point of Contact
Leonard Buhrow, Phone: 215-656-6761, Michael W. Hughes, Phone: 2156566777
 
E-Mail Address
Leonard.E.Buhrow@usace.army.mil, michael.w.hughes@usace.army.mil
(Leonard.E.Buhrow@usace.army.mil, michael.w.hughes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PART: U.S. GOVERNMENT PROCUREMENT SUBPART: SERVICES CLASS COD: C-Architect and Engineer Services - Construction - Potential Sources Sought OFFADD: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, Philadelphia, PA 19107-3390 SUBJECT: C-INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL SERVICES SOL: W912BU-18-R-1801 POC Contact: Megan R. Coll, 215-656-6893 DESC: 1. CONTRACT INFORMATION: DISREGARD REGISTRATION INSTRUCTIONS. NO SOLICITATION DOCUMENT WILL BE ISSUED. THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. "SUBMISSION REQUIREMENTS" BELOW. POC: Megan R. Coll, 215-656-6893. The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award up to two (2) five-year Indefinite Delivery Contracts for geotechnical services. Although the maximum task order limit is estimated to be $1,000,000, it is envisioned that most task orders will be less than $300,000. It is envisioned that the average cumulative total for all task orders will be on the order of $1,000,000 per year over five (5) years. The cumulative total of all task orders shall not exceed $5,000,000. The Contractor must be capable of managing and performing multiple technically complex task orders simultaneously, often with critical durations requiring rapid mobilization of resources and turnaround of deliverables, with each task order having a dollar value in the range described above. 2. PROJECT INFORMATION: The selected firm will be used to supplement the District's capability for providing geotechnical and professional services for planning, design, and construction services in support of the civil works, work for others, and military missions assigned to the District. The use of approved innovative field screening technologies and methodologies are strongly encouraged. Work outside the District's civil works boundaries, which generally include the Delaware River basin, the coastlines of New Jersey and Delaware, and a portion of Maryland may be required. The work will include, but is not limited to the following items: A. Geotechnical Design, Investigations, Testing, and Analysis. These primary efforts shall include, but not be limited to, the following items: (1) Subsurface Explorations, including, but not limited to, soil borings using traditional or direct push methodologies, soil sampling, test pit excavations, rock coring, cone-penetrometer testing, vibrational coring, and geophysical investigations for geotechnical purposes. Soil sampling and rock coring may be conducted either on land or on water; vibrational coring shall be conducted solely on water. Water work may be riverine, bay, inlet, or in the ocean. Land-based drilling may require specialized equipment for soft ground, low headroom, or limited-space conditions. Drillers, A/E staff, and all those involved in site investigations will be required to have fulfilled the 29 CFR 1910.120 OSHA 40-hour basic health and safety training of the job's health and safety plan, including medical monitoring and current 8 hour annual refresher. Supervisors and those tasked with safety and health responsibilities must have completed the 8 hour supervisor's course. Record surveys meeting USACE standards for surveying and mapping of all land and water explorations will be required by a licensed professional surveyor working for the contractor. Record surveys meeting USACE standards for surveying and mapping will be required for locations of all land and water explorations; (2) Instrumentation installation shall include, but not be limited to, the installation, monitoring and data analysis for piezometers, groundwater monitoring wells and inclinometers. This item shall include all appurtenant and essential items and work pertaining to development of piezometers and monitoring wells; Other related primary work shall include: (1) Technical support of field work, for which the contractor shall provide experienced, qualified, degreed engineers, geologists, or other qualified staff approved by the Government for all field work, including subsurface exploration programs and installation of instrumentation. This staff shall be responsible for: logging of soil samples and/or rock cores; handling, labeling, storing, chain of custody and shipping of soil samples, rock cores and environmental samples; coordinating with drillers, utility companies, government, private, and related groups; performing any necessary air monitoring; and laying out explorations as per USACE directions. Staff will be required to have the 29 CFR 1910.120 OSHA 40 hour basic health and safety requirements of the job's health and safety plan, including medical monitoring and current 8 hour annual refresher; (2) visual and laboratory classification, classification testing, index testing, gradation, determination of moisture-density relations, permeability testing, infiltration testing, direct shear testing, triaxial shear testing, unconfined compression testing, consolidation testing, laboratory and field compaction testing, and other physical, deformation, and hydrological property testing. The collection and testing of HTRW contaminated samples may be required. It is not necessary for the geotechnical or HTRW laboratories to be resident in-house. However, the designated geotechnical laboratory test methods must be validated by the USACE Materials Testing Center (MTC); if an analytical laboratory is required, it must also be approved by USACE, as well as possess current Environmental Laboratory Accreditation (NELAC) and comply with the DOD Quality Systems Manual requirements. B. Geotechnical Design. Other secondary efforts may include, but are not limited to, (1) geotechnical design support for embankments and cut slopes, retaining structures, waterfront construction, pavements, sheet pile structures, shallow and deep foundations, slope protection, slope failure analysis and remediation, bank protection, geosynthetics, soil stabilization, ground improvement, site drainage, dewatering and groundwater control, and the preparation of reports on the same. Design work shall include the preparation of drawings on AutoCAD® Version 2017 or later, estimates, and technical specifications according to USACE formats (SPECSINTACT). Reports shall be in Microsoft Word and scheduling shall use Primavera. The firm must be able to provide compatible digital products on CD ROM. C. Miscellaneous Professional Services. This secondary work shall include, but not be limited to, construction support services and peer review of USACE reports. If in-house capabilities in these areas are not available, an approved subcontractor may be utilized. All work shall comply with the jurisdictional regulations and laws to include the requirements for registrations, licenses and certifications. The A/E should have the capability of executing a minimum of three (3) task orders simultaneously. 3. SELECTION CRITERIA: The significant evaluation criteria which are the basis for selection, are listed in relative descending order of importance: (1) Specialized Geotechnical engineering experience in Geotechnical design, as generally outlined in Sections 2A, 2B, and 2C above; (2) Professional qualifications of the available staff necessary to perform the services required; (3) Capacity of the firm to accomplish the work within the required timeframe; (4) Past performance, especially on Department of Defense contracts; (5) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measures as a percentage of the estimated effort. (6) Location of the service provider's office may also be taken into consideration in the final selection as a secondary selection criteria element provided a sufficient number of qualified A/E firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all Corps of Engineers, as well as Department of Defense work, for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 Parts I and II revised 6/04 or more recent, to U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Megan R. Coll, not later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All Contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov/ or you may call 1-888-227-2423. As a requirement for the negotiations, the selected contractors(s) will submit for government approval a quality control plan to be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. This is not a request for proposals. The NAICS Code is 541330. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-R-1801/listing.html)
 
Place of Performance
Address: USACE Philadelphia District, United States
 
Record
SN04899298-W 20180426/180424230538-18a36642a463b0b191ac9f0cbc9d6f27 (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.