Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES FOR PHILADELPHIA DISTRICT CIVIL WORKS PROGRAM MISSIONS

Notice Date
6/17/2024 1:32:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU24R0023
 
Response Due
8/1/2024 2:00:00 PM
 
Archive Date
08/16/2024
 
Point of Contact
Tiffany Chisholm, Phone: 2156566761, Jamaal Edwards, Phone: 2156563241
 
E-Mail Address
tiffany.z.chisholm@usace.army.mil, Jamaal.a.Edwards@usace.army.mil
(tiffany.z.chisholm@usace.army.mil, Jamaal.a.Edwards@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL & GENERAL ENGINEERING SERVICES FOR PHILADELPHIA DISTRICT CIVIL WORKS PROGRAM MISSIONS Document Type: Solicitation Solicitation Number: W912BU-24-R-0023 Posted Date: 17 June 2024 Original Response Date: 01 August 2024, 5PM EST Current Response Date: 01 August 2024, 5PM EST Classification Code: C � Architect and Engineering Services NAICS Code: 541330 � Engineering Services Set-aside: Small Business Contracting Office Address: U.S. Army Corps of Engineers, Philadelphia District, 1650 Arch Street, Philadelphia, PA 19103 I. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE) - Philadelphia District (CENAP) plans to award one (1) Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for A-E services to perform General Engineering and Design Services for Civil Works Program projects.� This contract is being procured in accordance with 40 U.S.C. Chapter 11, Selection of Architect and Engineers, as implemented in FAR Subpart 36.6. �Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The total maximum capacity of the SATOC is $24,000,000.� The North American Industrial Classification System (NAICS) Code is 541330.� Work will primarily be performed within the boundaries of the U.S. Army Corps of Engineers (USACE) Philadelphia District (PA, NJ, NY, MD, DE), but could also infrequently include other states and districts covered by the USACE North Atlantic Division�s (NAD) mission areas (ME, VT, NH, CT, MA, VA, WV, and the District of Columbia). The contract will be negotiated and awarded with a five-year ordering period.� Award of contract to the selected firm is anticipated in SEPTEMBER 2024.� The guaranteed minimum for the contract term is $10,000.� This proposed contract is being solicited on a SMALL BUSINESS SET ASIDE basis. The Government seeks the most highly qualified firms for this contract to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria as specified in this notice. Only the firm considered most highly qualified will be selected for negotiation of labor rates. Prior to award, the Government will negotiate the labor rates to be included in the contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Each task order issued shall be firm-fixed price. No specific projects or tasks are identified at this time and therefore funds are not presently available beyond obligation of the minimum guarantee required. � The Service Contract Act is applicable to this acquisition and requires registration in the Central Contractor Registration (SAM.gov). II. PROJECT INFORMATION: The scope of this IDIQ will encompass architectural and engineering services required to provide complete, detailed design and support for engineering and construction projects primarily horizontal in nature to the USACE Philadelphia District (NAP), with occasional support to the USACE North Atlantic Division (NAD). Examples of projects may include, but are not limited to, new roadway and pavement projects; utility systems; water supply, storage, treatment, and distribution systems; wastewater treatment systems; site design; transportation network and traffic controls; stream restoration; bridge design, analysis, and inspection; building design of infrastructure support facilities; high voltage distribution; transmission facilities/ infrastructure; surface water, groundwater, riverine, and coastal analysis and/or modeling; dunes; seawalls; coastal structures; floodwalls; levees; dam modifications; pump stations; and other flood risk management measures. Supported USACE programs include Civil Works, Planning, Operations, and Interagency, International, and Environmental. The type of work performed will be for secure and non-secure sites and may include: planning, programming, feasibility studies, geotechnical investigations, permitting, charrettes, master planning, Value Engineering, engineering studies, design services, estimating, surveying, site/field investigation, CADD/BIM drawing and document preparation and review, design review, operability and maintenance review of designs, construction management services, and reports.� While the projects are classified as primarily horizontal, projects may contain supporting aspects applicable to vertical facility-type construction.� The A/E shall furnish the required personnel, management, facilities, supplies, equipment, instruments, transportation, and materials (other than those furnished by the Government as provided herein or in individual task orders). The A-E shall provide other items and services as necessary to accomplish the required services, provide the Government reports, and supporting material developed during the period of performance.� During execution of the work, the A-E shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and timely progress of the work.� The A-E may be asked to advise on budgetary matters and shall provide deduct alternates, as directed in each task order.� All task orders will define the scope of work in as much detail as possible. The scope of work definition will vary from minimal narrative descriptions to detailed concept information, depending on government requirements and the information available. The tasks included will require a variety of professional management, architectural and engineering skills. When task orders are issued, the contractor shall become the �Engineer of Record� and shall be required to have a professional engineer. III. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (A) through (E) are primary factors.� Criterion (F) is a secondary factor and will only be used as a �tie-breaker� among firms that are essentially technically equal. Specialized Experience and Technical Competence Professional Qualifications Past Performance Capacity to Accomplish the Work Knowledge of Locality Volume of Work Specialized Experience and Technical Competence (SF330, Part I, Section F): The following areas of specialized experience and technical competence, areas 1 through 5, are listed in descending order of importance: Demonstrate experience in Civil Engineering design of new horizontal construction features. Include roadways; utility systems; water supply, storage, treatment and distribution systems; wastewater treatment systems, including treatment plants and sewers; site design; grading; stormwater management; soil erosion and sediment control; transportation network and traffic controls; stream restoration. Demonstrate experience in Structural Engineering design of new horizontal and vertical construction features including steel, concrete, masonry, and mass timber. Include bridge design; bridge load rating in accordance with AASHTO MBE; cable stay bridge analysis and design; steel fatigue and fracture; structural analysis (two and three dimensional); fitness for services analysis (evaluation of existing performance of structure for existing need); seismic design and analysis; Anti-Terrorism/Force Protection (ATFP); building design of infrastructure support facilities; and blast resistant design. Demonstrate experience in inspection services.� Include bridge inspection; building inspection; non-destructive testing of structures by ultrasonic (UT), phased array (PAUT), time of flight diffraction (TOFD), magnetic particle (MT), radiographic (RT), magnetic flux leakage (MFL), Eddy Current (ET), electromagnetic acoustic transducer (EMAT), ground penetrating radar (GPR), full matrix capture � total focusing method (FMC-TFM); unmanned aerial system inspection capabilities; NBIS underwater bridge inspection qualified. Demonstrate experience in Hydrology and Hydraulics. Include surface water analysis and modeling; groundwater analysis and modeling; coastal analysis and modeling. Demonstrate experience in Geotechnical Engineering. Include the design of 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. Specialized experience and technical competence will be evaluated based upon the project examples listed in Section F of the SF 330 with no more than 10 projects listed. The projects shall demonstrate the firm�s specialized experience and technical competence with all the areas listed above. All projects provided in the SF330 must be completed by the actual office, branch office, regional office, or individual team member proposed to manage and perform work under this contract. Projects performed by subcontractors may be submitted to demonstrate applicable experience and competence, provided that the nature and extent of all contractor team arrangements are identified and disclosed. Projects in which the firm�s primary work (e.g., planning, full design as the A-E for a DBB procurement or the Designer of Record (DOR) on a D-B contract, or development of the request for proposal (RFP) for a D-B procurement) was completed recently (within the last 7 years of the synopsis posting date) will be given greater consideration and those projects in which the firm�s primary work has not yet been completed will be given less consideration. Completed in this case means the design is 100% complete and has been accepted by the customer and/or is Ready to Advertise (RTA) for construction. See Section IV below for specific instructions on project information to be included in Section F. Professional Qualifications (SF330, Part I, Section E & G): Provide resumes for all proposed key personnel that illustrate the work proposed under this contract. Resumes are limited to one page each and should indicate: professional registration, certification, licensure and/or accreditation in a particular discipline; cite recent (within past seven (7) years) project-specific experience in work relevant to the services required under this contract and indicate the proposed role in this contract. Resumes are required for the following key personnel.� Resumes should clearly indicate which role listed below is being filled by each individual in Block E, Box 13 of the SF330.� Unless otherwise indicated more specifically below, the terms �licensed� or �registered� shall designate that the individual proposed has fulfilled education and experience requirements and passed applicable examinations applicable to the discipline in question that, under laws of registration or licensure of for any jurisdiction, permits them to offer architecture or engineering services directly to the public. See also additional requirements for certain disciplines below.� Personnel to be provided shall be those individuals expected to be utilized to a significant extent under the contract. Two (2) licensed or registered Project Managers.* Two (2) registered Civil Engineers. Higher consideration will be given to individuals demonstrating working with state and local environmental agencies within the NAP AOR. Two (2) registered Structural Engineers. One (1) licensed Architect. One (1) qualified Construction Cost Estimator (qualified means 10 years of construction cost estimating experience with an industry recognized certification. Design team members responsible for construction cost estimating must demonstrate prior experience in the use of MII software). One (1) registered Geotechnical Engineer. Higher consideration will be given to individuals who demonstrate experience with geological features similar to what is found within the NAP AOR. One (1) ASNT Level II CP189 NDT technician certified in MT, UT, PT and certified as a SPRAT Level I. One (1) SPRAT Level III certified rope access technician. Two (2) NBIS qualified bridge inspectors. Note: firms must demonstrate a team of at least four (4) NBIS qualified bridge inspectors, but resumes are only required for two (2). * Project managers shall have 10 years of experience managing design projects and a minimum of 5 years as a project manager specific to horizontal or civil works construction. PMP credentials do not qualify as a professional registration. Required professional staff cannot fulfill more than one (1) role on the contract delivery team (i.e., a separate employee must be provided for each stated requirement to meet the number required). The evaluation will consider education, training, registration, certifications, longevity with the firm, and relevant experience of specified personnel performing the role for which they are proposed to be used on the contract. Resumes must be provided for each of the key personnel, including subcontractors professional staff if applicable, listed above. Professional qualifications of proposed subcontractors or its professional staff may be submitted to demonstrate applicable qualifications provided that the nature and extent of all contractor team arrangements and all applicable written letters of commitments of the subcontractor are identified and disclosed. Past Performance (SF330, Part I, Section H): The firm shall demonstrate a good record of past performance on contracts with respect to quality of work, management, cost control, compliance with performance schedules, and ability to manage subcontractors.� Assessment against this criterion will be determined primarily by evaluating ratings performed in Contractor Performance Assessment Reporting System (CPARS), the Government-wide evaluation reporting tool for all past performance reports on contracts, or via those provided in Past Performance Questionnaires (PPQs).� In reviewing past performance information, the evaluation board will consider the relevancy of the past performed work in addition to how well the firm performed.� Positive references from customers and other verifiable information as to exemplary performance may also be considered as provided in Part I, Section H of the SF330. With their SF330, the firm shall provide the CPARS report or PPQ for each project identified in Section F of the SF330.� NOTE: The most recent CPARS report is to be provided for any federal contract unless a specific explanation is provided as to unavailability of a CPARS rating; do not submit a PPQ when a completed CPARS is available.� If the project/s is/are not a federal project or a CPARS report is not available, the firm shall complete Part I of the PPQ, send it to the customers as applicable, request that they complete Part II of the PPQ and return to the firm, and submit it with the SF330 submission.� No sealed envelope is required.� A blank PPQ can be found attached to this synopsis/solicitation (Attachment B).� The firm shall provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330. The evaluation board may seek and consider past performance information from other sources but is not required to if none is available from CPARS or if no PPQ is provided.� Other sources of information the evaluation board may consider include interviews with organizations and Government personnel familiar with the firm�s performance.� If little to no relevant past performance data (CPARS reports, PPQs, or information in Section H) is available for relevant projects, the firm may be given a neutral evaluation regarding past performance.� CPARS reports or PPQs shall be placed at the end of Part I of the SF330 (they will not be counted towards the page count). Capacity to Accomplish the Work (SF330, Part I, Section H): Firms will be evaluated on the firm�s ability to perform approximately $4,800,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Knowledge of Locality (SF330, Part I, Section H): Firms must provide a narrative demonstrating knowledge of the Philadelphia District Area of Responsibility (AOR) which includes PA, NJ, NY, MD, and DE. Secondary Criteria (only considered if there is a tie between most highly qualified firms): Volume of DoD A-E Contract Awards in the Last 12 Months Work (SF330, Part I, Section H): Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve (12) months with the objective of effecting an equitable distribution of contracts among qualified A/E firms including small, disadvantaged business firms, and firms that have not had prior DOD A-E contracts. Firms do not submit data for this factor. The Government will obtain information as described above. For joint venture (JV) submissions, the Government will obtain the data for each JV partner. IV. SUBMISSION REQUIREMENTS: Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture).� Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity, or each firm in the joint venture. All contractors are advised that registration in the DOD�s System for Award Management (SAM.gov) Database is required prior to award of a contract. Failure to be registered in the SAM 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 the Web Site http://www.sam.gov or you may call (866) 606-8220 (available 24 hours, 7 days a week). 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 proposal. In accordance with the FAR 36.601-4(b) � contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement will result in the firm�s elimination from further evaluation. In the SF 330, Part I, Block F, Box 24, provide the following information for each project: month/year the firm�s work started and completed broken out by design phase and construction phase; type of product developed (e.g., full design for DBB procurement; prepared RFP for a D-B procurement; Designer of Record on a D-B procurement; study; or other); total contract value of the A-E�s contract on the project including a) a breakout of the value of the work performed by the A-E along with their role on the contract, and b) value of work performed by any team subcontractors on the project and their roles; physical size of the designed facility; and construction cost as applicable.� In Block F, Box 23, provide customer point-of-contact who can be reached for references to include email address in Box 23 (c).� If a sample project is a federal procurement, include the applicable contract number in Block F, Box 21.� In the SF330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence is being sought as well as documentation to support past performance selection criteria such as verifiable information demonstrating exemplary past performance. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Requests for Information must be submitted within 30 days of the published date of this advertisement (17 July 2024). General Submission instructions: Interested firms having the capabilities to perform this work must submit one electronic copy searchable in PDF of the entire submittal via PIEE, see below. ELECTRONIC DOCUMENTS shall be submitted via readable PDF. The SF 330 Part I shall not exceed 70 pages (8.5"" x 11""). Use no smaller than 11 point Times New Roman or larger. Include the firm's UEI (Unique Entity ID) in SF 330, Part I. Submission Requirements excluded from the SF 330, 70 Page Limitation: Cover letters, Covers sheets, Table of Contents, and Section Dividers � Excluded Proof that firm is permitted by law to practice the professions of architecture or engineering. � Excluded, can be added as Appendix Fully executed JV Agreement � Excluded, can be added as Appendix Teaming Agreements and/or Letters of Commitment � Excluded, can be added as Appendix ISRs � Excluded, can be added as Appendix Commitment to Small Business (A) and (B) � Excluded, can be added as Appendix CPARS/PPQ � Excluded, can be added as Appendix Smaller font is acceptable for graphics and tables as long as the information is clearly readable. Additional size limitations: (i) Limit resume of each individual to no more than one page. With respect to all submission limitations, including but not limited to maximum number of projects, total page limits, and resume page limits, the Government will not consider matters submitted beyond those limits and contractors shall receive no consideration for those matters. Any written submission using a font type smaller than the specified 11 font type will not be eligible for consideration. Contractors/Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Contractors/Vendors may register for SAM online at www.sam.gov � or by calling 1-836-606-8220. The synopsis is anticipated to be issued and provided in an electronic format, free of charge, in Procurement Integrated Enterprise Environment (PIEE) Solicitation system. To familiarize vendors with the system, please go to: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml The vendor PIEE registration guide is available at: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml Inquiries concerning this procurement should include notice number and title and be sent via email to Tiffany Chisholm at Tiffany.Z.Chisholm@usace.army.mil with a copy to Jamaal Edwards at Jamaal.A.Edwards@usace.army.mil. The Government will only consider the following information: SF330, as submitted, with any required supplemental information; from Contractor Performance Assessment Report System (CPARS) documented performance evaluations, such as from CPARS DoD Contract award data. The Government will not assume qualifications which are not clearly stated in a firms� submission or available from CPARS. The Government will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. NOTE: In order to maintain total objectivity in the 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, 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 INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL & GENERAL ENGINEERING SERVICES FOR PHILADELPHIA DISTRICT CIVIL WORKS PROGRAM MISSIONS Document Type: Solicitation Solicitation Number: W912BU-24-R-0023 Posted Date: 17 June 2024 Original Response Date: 01 August 2024, 5PM EST Current Response Date: 01 August 2024, 5PM EST Classification Code: C � Architect and Engineering Services NAICS Code: 541330 � Engineering Services Set-aside: Small Business Contracting Office Address: U.S. Army Corps of Engineers, Philadelphia District, 1650 Arch Street, Philadelphia, PA 19103 I. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE) - Philadelphia District (CENAP) plans to award one (1) Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for A-E services to perform General Engineering and Design Services for Civil Works Program projects.� This contract is being procured in accordance with 40 U.S.C. Chapter 11, Selection of Architect and Engineers, as implemented in FAR Subpart 36.6. �Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The total maximum capacity of the SATOC is $24,000,000.� The North American Industrial Classification System (NAICS) Code is 541330.� Work will primarily be performed within the boundaries of the U.S. Army Corps of Engineers (USACE) Philadelphia District (PA, NJ, NY, MD, DE), but could also infrequently include other states and districts covered by the USACE North Atlantic Division�s (NAD) mission areas (ME, VT, NH, CT, MA, VA, WV, and the District of Columbia). The contract will be negotiated and awarded with a five-year ordering period.� Award of contract to the selected firm is anticipated in SEPTEMBER 2024.� The guaranteed minimum for the contract term is $10,000.� This proposed contract is being solicited on a SMALL BUSINESS SET ASIDE basis. The Government seeks the most highly qualified firms for this contract to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria as specified in this notice. Only the firm considered most highly qualified will be selected for negotiation of labor rates. Prior to award, the Government will negotiate the labor rates to be included in the contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Each task order issued shall be firm-fixed price. No specific projects or tasks are identified at this time and therefore funds are not presently available beyond obligation of the minimum guarantee required. � The Service Contract Act is applicable to this acquisition and requires registration in the Central Contractor Registration (SAM.gov). II. PROJECT INFORMATION: The scope of this IDIQ will encompass architectural and engineering services required to provide complete, detailed design and support for engineering and construction projects primarily horizontal in nature to the USACE Philadelphia District (NAP), with occasional support to the USACE North Atlantic Division (NAD). Examples of projects may include, but are not limited to, new roadway and pavement projects; utility systems; water supply, storage, treatment, and distribution systems; wastewater treatment systems; site design; transportation network and traffic controls; stream restoration; bridge design, analysis, and inspection; building design of infrastructure support facilities; high voltage distribution; transmission facilities/ infrastructure; surface water, groundwater, riverine, and coastal analysis and/or modeling; dunes; seawalls; coastal structures; floodwalls; levees; dam modifications; pump stations; and other flood risk management measures. Supported USACE programs include Civil Works, Planning, Operations, and Interagency, International, and Environmental. The type of work performed will be for secure and non-secure sites and may include: planning, programming, feasibility studies, geotechnical investigations, permitting, charrettes, master planning, Value Engineering, engineering studies, design services, estimating, surveying, site/field investigation, CADD/BIM drawing and document preparation and review, design review, operability and maintenance review of designs, construction management services, and reports.� While the projects are classified as primarily horizontal, projects may contain supporting aspects applicable to vertical facility-type construction.� The A/E shall furnish the required personnel, management, facilities, supplies, equipment, instruments, transportation, and materials (other than those furnished by the Government as provided herein or in individual task orders). The A-E shall provide other items and services as necessary to accomplish the required services, provide the Government reports, and supporting material developed during the period of performance.� During execution of the work, the A-E shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and timely progress of the work.� The A-E may be asked to advise on budgetary matters and shall provide deduct alternates, as directed in each task order.� All task orders will define the scope of work in as much detail as possible. The scope of work definition will vary from minimal narrative descriptions to detailed concept information, depending on government requirements and the information available. The tasks included will require a variety of professional management, architectural and engineering skills. When task orders are issued, the contractor shall become the �Engineer of Record� and shall be required to have a professional engineer. III. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (A) through (E) are primary factors.� Criterion (F) is a secondary factor and will only be used as a �tie-breaker� among firms that are essentially technically equal. Specialized Experience and Technical Competence Professional Qualifications Past Performance Capacity to Accomplish the Work Knowledge of Locality Volume of Work Specialized Experience and Technical Competence (SF330, Part I, Section F): The following areas of specialized experience and technical competence, areas 1 through 5, are listed in descending order of importance: Demonstrate experience in Civil Engineering design of new horizontal construction features. Include roadways; utility systems; water supply, storage, treatment and distribution systems; wastewater treatment systems, including treatment plants and sewers; site design; grading; stormwater management; soil erosion and sediment control; transportation network and traffic controls; stream restoration. Demonstrate experience in Structural Engineering design of new horizontal and vertical construction features including steel, concrete, masonry, and mass timber. Include bridge design; bridge load rating in accordance with AASHTO MBE; cable stay bridge analysis and design; steel fatigue and fracture; structural analysis (two and three dimensional); fitness for services analysis (evaluation of existing performance of structure for existing need); seismic design and analysis; Anti-Terrorism/Force Protection (ATFP); building design of infrastructure support facilities; and blast resistant design. Demonstrate experience in inspection services.� Include bridge inspection; building inspection; non-destructive testing of structures by ultrasonic (UT), phased array (PAUT), time of flight diffraction (TOFD), magnetic particle (MT), radiographic (RT), magnetic flux leakage (MFL), Eddy Current (ET), electromagnetic acoustic transducer (EMAT), ground penetrating radar (GPR), full matrix capture � total focusing method (FMC-TFM); unmanned aerial system inspection capabilities; NBIS underwater bridge inspection qualified. Demonstrate experience in Hydrology and Hydraulics. Include surface water analysis and modeling; groundwater analysis and modeling; coastal analysis and modeling. Demonstrate experience in Geotechnical Engineering. Include the design of embankments and cut slop...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ad5d10528f249efa2f57785e1cacfc5/view)
 
Record
SN07099192-F 20240619/240617230114 (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.