Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2022 SAM #7386
SOLICITATION NOTICE

C -- Towers and Parking Structures Forensic Study, Camp Walker, Korea

Notice Date
2/17/2022 12:48:06 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
US ARMY ENGINEER DISTRICT FAREAST APO AP 96271-0000 USA
 
ZIP Code
96271-0000
 
Solicitation Number
W912UM22R0009
 
Response Due
3/16/2022 5:00:00 PM
 
Point of Contact
Su Yong Sin, Phone: 3157556142, Jennifer Ko, Phone: 05033556060
 
E-Mail Address
su-yong.sin@usace.army.mil, jennifer.i.ko@usace.army.mil
(su-yong.sin@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Description
1. CONTRACT INFORMATION: This is a public announcement in accordance with Public Law (PL) 92-582 �The Brooks Act� and FAR Subpart 36.6 acquisition procedures for an A-E forensic study. The most highly qualified firm will be evaluated and selected, based on its demonstrated competence and qualifications, for negotiation of a contract for the required work. �The proposed A-E study includes performing structural forensic assessment services on the sites of four (4) residential towers and associated parking structures located at Camp Walker, Daegu, Korea and presentation of a comprehensive study report.���� The U.S. Army Corps of Engineers, Far East District will provide the selected firm with the project statement of work, design/construction documents, structural/geotechnical design documents, and contractor�s shop drawings during construction for all towers and adjoining parking structures.� Additional data or information to be provided, includes, but is not limited to the following:�� �a.� Design drawings and specifications for all towers and adjoining parking structures. �b.� Structure design Analyses to include geotechnical reports. �c.� As-built drawings for completed structures. �d.� Relevant contract modifications. �e.� Pile driving data and load testing data. �f.� Concrete mix design submittals. �g.� Concrete compressive strength cylinder test results. �h.� Formwork submittals. �i.� Relevant reinforcing steel shop drawings. �j.� Special Inspection reports (Towers 3 and 4). �k.� Sample photographs. �l.� POD Form 37-R, Monthly Exposure Report. The requirements will be performed using, but not limited to, North American Industry Classification (NAICS) codes: 541310 for Architectural Services and 541330 for Engineering Services and 541380 for Forensic Laboratories or Services. This is an unrestricted acquisition open to all business concerns. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded no later than 150 calendar days from the date of posting this synopsis and performance period is approximately 142 days following the contract award. �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 work it intends to subcontract. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are available.��� In accordance with DFARS 252.204-7004, all firms must be registered with the System for Award Management (SAM) prior to award of any government contract. To obtain information regarding registering in SAM, call 1-866-606-8220, or log on to Internet web site at https://www.sam.gov/portal/SAM/#1. 2.� PROJECT INFORMATION:� Concrete cracks of concern have been observed in four (4) multi-level high rise military residential towers and adjoining parking structures, constructed by a local construction firms under the supervision of the U.S. Army Corps of Engineers, Far East District (FED) at Camp Walker, Daegu, Republic of Korea (ROK).� All four (4) residential towers share common design features. They are fifteen (15) stories with an adjoining two (2) story parking structure with a roof-top recreation deck. All structures are constructed of reinforced concrete with end-bearing pile foundations. All four (4) towers were designed and constructed to conform with then currently applicable Department of Defense (DoD) United Facilities Criteria (UFC) Standard 1-200-01 for permanent structures. 2.1. The A-E shall conduct a forensic analysis of the cracking problem at the four (4) USAG Daegu residential towers and adjoining parking structures. On the basis of its forensic analysis the A-E shall present a comprehensive study report (�report�) detailig 2.1.1. A description of all structural defects found. 2.1.2. Existing and imminent issues/concerns, classified by their severity, of the structures� structural integrity and any associated life/safety issues. 2.1.3. Perform destructive and non-destructive testing of the structures and any testing needed to perform this analysis. 2.1.4. A detailed root cause analysis of the cracks and how to prevent the problem from occurring in the future. 2.1.5. Whether the structural design of each tower/parking structure met the code-of-record, and if not, how it did not. 2.1.6. Whether the structures appear to have been constructed in accordance with the contract documents, and if not, in what manner did the construction practices appear to have deviated from USACE and/or U.S. industry standards. 2.1.7. A life cycle analysis of each structure and the effect the cracks currently have on their designed service lives. 2.1.8.�Recommendations for any required and/or recommended repairs to correct any structural deficiencies and/or ensure full design service life. Discuss the purpose of proposed repairs and rough estimates of their costs. 2.1.9. Recommendations for further monitoring, if needed, of the structures, to include monitoring method(s) and time periods. 2.2. The report shall also include: 2.2.1. Results of all testing performed. 2.2.2. Pertinent photographs and graphics. 2.2.3.�Documentation of key decisions, assumptions, and unresolved issues 2.2.4. Required estimates of repair costs including comparative costs for indicated corrective actions. 2.3. Litigation support. 2.3.1. In anticipation of potential litigation, one or more of the report�s principal authors shall be a nationally recognized expert in the area of the study�s focus and have experience participating in litigation concerning structural failure/damage/degradation of the type and kind being investigated pursuant to this Synopsis; and this shall be documented in the A-E�s technical proposal. Such additional services may include providing expert opinions, participating in discovery, depositions and trial testimony. A separate contract will be negotiated with the A-E�s proposed expert at that time. 2.4. The A-E shall: 2.4.1. Perform structural forensic assessment services on the sites of the four (4) residential towers and associated parking structures located at Camp Walker, Daegu, Korea. 2.4.2. As part of its work, the A-E must be able to provide: 2.4.3. A proposed testing plan, including non-destructive, destructive, field or otherwise. Include a proposed schedule for all field tests or preparatory work in the field for tests (e.g., taking core samples for laboratory analysis). 2.4.4.�A proposed plan and schedule for destructive testing, if any. For purposes of this SOW, destructive testing includes any test that requires physical alteration of the facility being tested. Include proposed site locations, estimated time at the site, any required utility outages, and proposed repairs needed following destructive testing. Assume access to all tested facilities will require prior coordination and prior approval with and from USAG Daegu Department of Public Works (DPW). Information about how to request site access shall be provided at the project kick-off meeting. If concrete core samples are being considered, the Government prefers sample coring and strength testing to be performed in the presence of a government representative according to ASTM C42. Concrete core samples shall not contain reinforcing steel. Include the repair method of the cored holes in the plan. 2.4.5. A proposed testing method for any planned non-destructive in-situ concrete strength testing. Provide full comprehensive case study results prior to testing. 2.4.6. A proposed initial list of stakeholders, contractors, material suppliers, Government personnel or others planned to be interviewed. Note: The A-E shall be responsible for obtaining qualified translators for purposes of working with Korean national witnesses and/or Korea documents. A stakeholder for purposes of this Synopsis includes key officials of the using agency (e.g., USAG Daegu). 2.4.7. A description of planned final report contents. The A-E shall structure the final report in such a manner and with such information as it deems appropriate. The Government would like the plan to include: 2.4.7.1. An independent summary of the review/validation of the past site visit reports, crack photos, structural/geotechnical design document and drawings; 2.4.7.2. A comprehensive assessment of the building�s existing life cycle, as well as geotechnical data investigation, foundation design, structural design, and as-built conditions (including concrete mix designs, construction methodologies, concrete forming practices, concrete-placement practices, and QC/QA) reviews; 2.4.7.3. Graphic documentation of new condition findings (e.g. photos); 2.4.7.4. Summaries of all interviews conducted; 2.4.7.5. A description of supporting research of design codes, standards, and other technical references; 2.4.7.6. The structures� lateral (wind and seismic) and gravity structural analyses, and concrete member capacity/demand calculations, based on current status of the in-situ material strength reflecting the existing defects in the structural members; 2.4.7.7.� The results of any destructive in-situ concrete strength testing; 2.4.7.8.� The results of invasive and noninvasive testing, such as analyzing cored samples from the cracks and the cold joints, should include at a minimum a strength and density determination, chemical analysis, water gas permeability, and petrographic analysis. 2.4.7.9. The final report shall be reproduced digitally in locked PDF format, except for included photos and spreadsheets which may be provided in JPG and Excel format. The Government will provide distribution instructions at the pre-final report submission meeting. 2.4.7.10. The A-E shall attach as an annex to the final report a written record of all meetings, discussions, verbal directions, telephone conversations, etc., participated in by the A-E on matters relative to the study. Number these records sequentially. 2.4.7.11. The plans described herein shall be submitted at the beginning of the A-E�s performance under the contract for Government review and concurrence. The A-E shall not begin performance until the Government notifies it that it concurs with the work plan. 3. SELECTION CRITERIA:� The selection criteria for this particular project are listed below in descending order of importance.� �� a. Specialized experience of the prime, or proposed subcontractor used, whose primary business focus and technical competence is in concrete/structural forensic engineering investigations of the type described in the Requirements statement.� Demonstrate specialized experience through examples of recently completed (within the last 5 years) forensic structural assessment projects/studies. � b. The firm, or proposed subcontractor used, performing the investigation has the capability to perform its own material testing. � c. Professional qualifications of proposed key team members in forensic engineering investigations of building structures and materials. All of the following subcriteria are of equal importance. � �������� (1)� One or more key team members should possess the following accreditations: � ��������� � (a) International Organization for Standardization (ISO) 9000. � ����������� (b) Cement and Concrete Reference Laboratory (CCRL) or American Concrete Institute (ACI) certification. � ������ �(2) At least one key team member must demonstrate her or his qualifications and experience in providing expert witness services in the event of litigation concerning the residential tower cracks. � ���� d. Past Performance in performing similar forensic engineering investigations. � ���� e. Capacity to Accomplish the Work within the performance period of 142 calendar days. � ���� f. Knowledge of the locality of the forensic engineering investigation. This criterion will be used only as a tie breaker. � (References: FAR 36.602-1, DFARS 236.602-1, PGI paragraphs 236.602-1(a) and 236.602-1(a)(6), and EP 715-1-7 paragraphs 3-7.b and 3-7.c) 4. SUBMISSION REQUIREMENTS:� Interested firms having the capabilities to perform this work must submit a SF 330 Part I and a SF 330 Part II (in PDF format) via DoD Secure Access File Exchange (DoD SAFE) utilizing the following website: https://safe.apps.mil/. �Proposals submitted by any other means will be rejected.� To submit an electronic SF 330 package through the DoD SAFE website, interested firms shall send an e-mail no less than 48 hours prior to the closing date and time stated to Mr. Michael M. Miyagi, Michael.M.Miyagi@usace.army.mil and Ms. Sin, Su Yong, Suyong.sin@usace.army.mil requesting a secure link to upload the Proposal Package to the DoD SAFE website (https://safe.apps.mil/).� Within 24 hours of receipt of your request for the secure link, you will receive an URL of DoD SAFE with a Claim Passcode. Using the provided URL of DoD SAFE, you will be allowed to have access to the DoD SAFE for uploading your proposal. �Offerors must complete uploading all proposal documents to DoD SAFE prior to the closing date and time or the proposal will be considered to be �late�. DoD SAFE Recipient information: The recipients of the online submission shall be the Contract Specialist - Ms. Sin, Su Yong at Suyong.sin@usace.army.mil and the Contracting Officer, Mr. Michael M. Miyagi at michael.m.miyagi@usace.army.mil, as well as the POF CT proposals inbox, pof-ct- Proposals@usace.army.mil. Size Limitations on Uploads: Being able to upload files larger than 2 GB depends on the browser being used. If at all possible, use a modern 64-bit browser on a 64-bit operating system. If you only have a 32-bit system (the most common cause is Windows 7), then use a modern version of Google Chrome or Firefox. Older versions of Microsoft Internet Explorer are particularly unsuitable. If updating your browser is not an option and the combined size of all files being uploaded exceeds 2 GB, split the files into multiple drop-offs. If a single file exceeds 2 GB, split the file into smaller parts (e.g. using the Split option in WinZip or ""Split to volumes"" option in 7-Zip) and upload them in separate drop-offs. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. The DoD SAFE software itself has configurable limits on the amount of data that can be uploaded in a single drop-off. Even for browsers that support uploads larger than 2 GB, drop-off size may not exceed 8.0 GB per file, or 8.0 GB total for the entire drop-off. Please provide the following information in each of the relevant fields prior to transmittal of the SF 330 (Part I and II): 1) Name of person submitting SF 330 (Part I and II) � Use the name of individual signing SF 330 (Part I and II); 2) Email address of person submitting SF 330 (Part I and II) � Use the email address of the individual signing the SF 330 (Part I and II); 3) File information - Title the file in the following format: SYNOPSIS NUMBER-PROJECT TITLE-COMPANY NAME-; 4) Description of file(s).� The description of the file shall include the synopsis notice ID (W912UM22R0009), project title, and company name. The SF 330 Part I and SF 330 Part II must be submitted no later than 9:00 AM Korea Standard Time, March 16, 2022 (CST would be March 15, 2022 7:00 PM CST).� The SF 330 Part I shall not exceed 30 pages (8.5� x 11�), including no more than 5 pages for Section H.� Each side of a sheet of paper is a page.� Use no smaller than 12 font type.� Include the firm's DUNS number in SF 330, Part I, Section H.� In Section H describe the firm's overall DQMP.� A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.� In Section H also indicate the estimated percentage involvement of each firm on the proposed team.� 5. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 9:00AM Korea Standard Time, 9 March 2022 (CST would be March 8, 2022 7:00PM CST) to allow time for a response. On this date and time the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Project Number and Name are: W912UM22R0009, Towers and Parking Structures Forensic Study, Camp Walker, Korea.�� The Bidder Inquiry Key is: B7NS4Z-T24726. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8:00AM to 5:00PM CST. The telephone number is 1-800-428-HELP.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a183a0f3177f48c380e3536c5be6a5c7/view)
 
Place of Performance
Address: Daegu, KOR
Country: KOR
 
Record
SN06245577-F 20220219/220217230101 (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 |
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.