SOURCES SOUGHT
C -- AE IDIQ Geotechnical Services
- Notice Date
- 4/25/2020 12:03:05 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-20-S-2016
- Response Due
- 5/7/2020 7:00:00 AM
- Archive Date
- 05/22/2020
- Point of Contact
- Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183, Synease S McArthur, Phone: 7572017062
- E-Mail Address
-
dianne.k.grimes@usace.army.mil, synease.s.mcarthur@usace.army.mil
(dianne.k.grimes@usace.army.mil, synease.s.mcarthur@usace.army.mil)
- Description
- SOURCES SOUGHT -W91236-20-S-2016 GEOTECHNICAL ENGINEERING SERVICES WITHIN THE JURISDICTION OF NORFOLK DISTRICT This is a sources sought notice only; it is not a request for competitive proposals.� There are no solicitations, specifications, and/or drawings available at this time.� This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors and receive industry feedback on setting aside this action or to compete as full and open procurement. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project.� NO AWARD will be made from this Sources Sought notice. ALL INTERESTED, CAPABLE, QUALIFIED, AND RESPONSIVE CONTRACTORS SHOULD RESPOND TO THIS NOTICE UNDER NAICS CODE 541330.� PROJECT DESCRIPTION: The Norfolk District is conducting Market Research to identify potential Sources for Geotechnical Engineering services as listed below. The contemplated A-E SATOC will provide a broad range of Geotechnical Engineering services, within the range of A-E Services, as defined by 40 U.S.C. 1101 and FAR 2.101.� The A-E service will be procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. �The services include but are not limited to: �(1) Geotechnical Field Exploration: provide appropriate subsurface exploration equipment with experienced operators and crew. 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., (2) Geotechnical Soil 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 USACE laboratory validation., (3) 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), 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., (4) Geotechnical and Geologic Literature research , (5) Prepare and Present Geotechnical Reports and Presentations, (6) Geotechnical Instrumentations Services, (7) Review of designs to ensure compliance with USACE or other specified design standards , (8) Preparation of Portions of Operations and Maintenance Manuals, Hazardous, Toxic, and Radioactive Waste work plans development and execution, (9) Dam and Levee Engineering Services. The geographic area is within the jurisdiction of the Norfolk district.� The Contracting Officer has classified this requirement as Engineering Services, North American Industry Classification System (NAICS) code 541330. The small business size standard is $16.5 million. It is anticipated that the Government will issue one (1) five-year, Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC).� The total capacity of this SATOC is estimated at $5M. The intent of this market research is to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business (SDBVOSB), Women Owned Small Business (WOSB) and Small Business firms for the proposed contract. Only interested, capable, qualified and responsive contractors within identified socio economic groups that possess �the minimum capabilities (i.e. Refer to description of work above as well as submittal requirements outlined in this notice) are encouraged to reply to this Sources Sought announcement.� The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. THIS IS NOT A SOLICITATION BUT SOURCES SOUGHT ONLY. After review of the responses submitted, a solicitation announcement will be published in the BetaSam website if the Government determines to continue with the procurement. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. THE DOCUMENTATION SHALL ADDRESS, AT A MINIMUM, THE FOLLOWING: A.������� COMPANY PROFILE to include: (1) full name and address of the firm; (2) year firm was established; (3) name of a principal (including titles, telephone and email addresses); (4) copy of any certifications (if 8(a) or HUBZone certified, provide the SBA Business Opportunity Specialist name and phone number assigned); identify the size status of your firm (small or other than small) and if small, identify any sub-categories of small business for which you qualify (i.e., WOSB, EDWOSB, SDB, VOSB, SDVOSB); and (5) indicate if the firm is registered in the System for Award Management (SAM) database, include DUNS Number and CAGE Code; and, if a small business, provide a narrative of how your firm will comply with the limitations on subcontracting clause (FAR 52.219-14) required to be included in any small business program set-aside. B. RELAVANT SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Include information on recent past projects that best illustrates your qualifications to perform the various services listed above. List up to five projects performed within last five years to demonstrate your technical competence (one of which must be dam and levee engineering services) : Provide the following information for each project listed:� a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer�s name, current telephone number; d. Contracting Officer�s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work; (1) Provide information and experience of key personnel demonstrating the ability to provide the types services listed in the description of work above; (2) Provide a brief written statement as to your ability to perform and manage 2 defined task orders simultaneously at various locations, such as would be required in an IDIQ type contract; ��and (3) Subcontract management: provide information on any proposed joint ventures or teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Relevant Experience must be complete and sufficiently detailed to allow for a determination of the firm's qualifications to perform the defined work. The Relevant Experience must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and limited to six single sided pages.� The Government reserves the right to request additional information as needed, from any and all respondents Note: If using corporate experience of teaming partners or affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the response to sources sought) to demonstrate corporate experience, clearly explain how the teaming partner or the affiliates/ subsidiaries / parent/LLC/LTD member companies will have meaningful involvement in the performance of this contract. C. ������ Additional information, if any, that the responders believe is relevant.�� SUBMISSION REQUIREMENTS: Total packet submission to include capability statement and responses to questions a-c �above is up to 10 single sided (5 double sided) pages, font size 11 or 12, and font Arial or Times New Roman. Font and font size may vary for graphics and labels. DISCLAIMER: Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged.� USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries.� All questions and correspondence shall be directed via email at Ms. Synease Mcarthur at Synease.S.Mcarthur@usace.army.mil and Ms. Dianne Grimes at Dianne.K.Grimes@usace.army.mil. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.� RESPONSE: All responses to this announcement may be sent electronically to Ms. Synease S. Mcarthur at Synease.S.Mcarthur@usace.army.mil with a copy to Ms. Dianne Grimes at Dianne.K.Grimes@usace.army.mil no later than 10:00 a.m., 07 May 2020. �PLACE OF PERFORMANCE: USACE Norfolk District Area of Responsibility, United States Primary Point of Contact: Dianne K. Grimes Contracting Officer Dianne.k.grimes@usace.army.mil O: 757-201-7839 USACE District, Norfolk Secondary Point of Contact(s): Synease Mcarthur Contract Specialist Synease.S.Mcarthur@usace.army.mil O: 757-201-7062 USACE District, Norfolk
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8fa96bab22cb4c07bfb9fcb0b8105d4a/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05635978-F 20200427/200425230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |