Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOURCES SOUGHT

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR GEOTECHNICAL DESIGN AND RELATED SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
2/12/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 898, Anchorage, AK 99506-0898
 
ZIP Code
99506-0898
 
Solicitation Number
DACA85-02-R-0011
 
Response Due
3/15/2002
 
Archive Date
4/14/2002
 
Point of Contact
Dorothy McGinnis, 907-753-5579
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(dorothy.a.mcginnis@poa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY02 subcontracting goals for this contract are a minimum of 61.4% of the contractor?s intended subcontract amount be placed with small businesses, 9.1% of that to small disadvantaged businesses, 5.0% to woman-owned small busi nesses, 3.0% to service disabled veteran-owned small businesses, 3.0% veteran-owned small businesses and 2.5% to HUBZone small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be can celed or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The contract limit is $750,000.00. The contract may include options for two addition al years and an additional $750,000.00 per year. There is no specific delivery order limit, however, it shall not exceed the limit of the contract for each year. Contract award is anticipated for Apr 02. Responding firms must address each discipline, cl early indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: planning of geotechnical investigations at contaminate d or uncontaminated sites, conducting office studies and supervising field geotechnical investigation using either Government furnished, in-house, or subcontracted drilling personnel and drilling equipment as directed by the government, furnishing of sampl ing supplies and instrumentation, shipping to and testing of samples at Corps approved laboratories, design of foundations and embankments, groundwater studies, geophysical studies, aerial photo interpretation, material source evaluations and preparation o f plans and specifications for geotechnical projects, provide expert witness on geotechnical matters. Arctic design experience is required of both in-house and subcontracted personnel. The firm must demonstrate ability to provide CADD formulated drawings and use MCACES-Gold (estimating system) for all projects and in addition use the DR. CHECKS (review comment system) via modem for Army projects. MCACES-Gold and DR. CHECKS programs shall be furnished by the Government (hardware required for DR. CHECKS an d MCACES: IBM compatible Pentium computer with a minimum of 20MB hard drive, 640K memory and modem (for DR CHECKS). LOCATION: Various Locations, Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance: Criteria A-G are primary selection criteria: (A) Professional personnel in the following disciplines: (evaluated equally) (1) minimum in-house requirements are 2 civil engineers with at least 5 years geotechnical experience each and at least 1 engineer being a registered professional, 1 engineering geologist with at least 5 years experience, 2 field geologists or engineer technicians trained in hazardous site work in accordance with 29 CFR 1910; (2) disciplines which may be subcontracted: mi nimum of 2 field chemists with at least 1 year field sampling experience and trained per 29 CFR 1910, 1 hydrogeologist, and 1 geophysicist. Firms that choose to provide any subcontracted disciplines MUST address each discipline, clearly indicate which sha ll be contracted, and provide a separate SF254 and SF 255 for each subcontractor. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would b e able to acquire promptly the necessary skills to perform the contract. (B) Specialized experience and technical competence in: (evaluated equally) (1) planning and carrying out geotechnical site investigations, (2) preparing geotechnical designs, (3) e valuation of material sources, in particular, rock quarries; (4) planning and carrying out geophysical investigations on land and water. (5) Experience in working with Corps of Engineers Technical Specification and Specsintact software program (version 2. 9) by technical, administrative, and sub-contractor personnel, including in-depth knowledge of the software tagging hierarchy, section submittal and technical reference formatting requirements. Experience in converting unauthorized MIL Spec, MIL and fed S TD references to equivalent current industry standard references. (C) Knowledge of locality: staff with knowledge of Alaskan weather and water conditions, availability to meet frequently with Corps personnel at the Alaska District Headquarters in Anchorag e, and the ability to mobilize to Alaskan sites on short notice; (D) Capacity to maintain schedules and accomplish required work on three simultaneous task orders; (E) Past performance on DOD and other contracts with respect to cost control, quality of w ork, and compliance with schedules; (F) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recove red and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environm ents. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. (G) Location of the firm in general geographical area of the projects. Criteria H-I are secondary and will only be used as tie-breakers among technically equal firms: (H) Volume of DOD contract awards in the last 12 months; (I) Extent of participation o f SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF254/255s (11/92 edition)(1copy only) must i nclude: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a PO C and phone number. The 11/92 edition of the forms MUST be used. For ACASS information, call 503-808-4590. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the date above. Any submittals received af ter this date cannot be considered. Hand carried Submittals/Express Mail Commercial Delivery: If a firm does not have a current pass to gain entry to the base, the firm may request a day pass to deliver the submittal by using the following procedures: Th e day before the closing date, the firm must contact the person listed herein by phone or e-mail and request a day pass. The firm must provide the solicitation number, name of person delivering the proposal, their social security number, and name of their employer and state that this is a request for a day pass. All requests for day passes must be received by 14 March 2002, 4:00 p.m., or earlier. On the day of delivery, the delivery person must go to the Elmendorf AFB Boniface gate and provide a valid dr iver?s license, proof of current insurance, proof of current IM certification and current vehicle registration. Please ensure the delivery person also has the name and phone number of the above point of contact. Physical Address: US Army Corps of Engineers, Alaska District; 2204 Third Street (Room 30, Elmendorf AFB, AK 99506-1538. On the day No additional information shall be provided, and no faxed submitta ls shall be accepted. Solicitation packages are not provided*****
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Record
SN00025783-W 20020214/020212213252 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.