Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOLICITATION NOTICE

C -- Indefinate Delivery Typ Architect-Engineer Contract for Geologic and Geotechnical Engineering and Design Services.

Notice Date
2/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
DACW57-03-R-0007
 
Archive Date
5/24/2003
 
Point of Contact
Courtney Jones, 503-808-4630
 
E-Mail Address
Email your questions to Portland District, US Army Corps of Engineers
(Courtney.L.Jones@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 1. SUBJECT. A/E Indefinite Delivery Contract for Geologic and Geotechnical Engineering Design Services. 2. CONTRACT INFORMATION. The U.S. Army Corps of Engineers, Portland District, proposes to contract for geologic and geotechnical engineering design services. This synopsis is intended to result in an A/E Indefinite Delivery, Indefinite Quantity contract not to exceed $1,000,000.00 per period. The contract shall contain a one year base period and two additional option years. Any option period may be exercised at the discretion of the Government before expiration of the previous period. This announcemen t is open to small businesses only. The applicable size standard is $4,000,000.00. The estimated award date of this contract is October 2003. The resulting contract may be made available for use by other Corps elements. The Service Contract Act applies to the wages and benefits of service employees (FAR 22.10) performing under this contract. To be eligible for award a firm must be registered with the Department of Defense?s (DoD) Central Contractor Registration (CCR) database. Register at the CCR Inte rnet site http://www.ccr.gov/index.cfm or by contacting the DoD Electronic Commerce Info. Center at 1-800-334-3414. 3. TYPICAL SERVICES. Typical services to be provided will include geotechnical evaluation and analysis, foundation and embankment design, geologic mapping, and explorations. The selected firm must be able to produce engineering drawings on a computer aid ed design and drafting (CADD) system and provide design drawings on CDs. These design drawings must be fully compatible with the Portland District Computer-Aided Design System which utilizes MS-Windows based PCs running MicroStation J. The compatibility must include but not be limited to such items as smoothing of curves and arcs, full 63 level assignments, and color tables capable of supporting 20 fonts. The design files must be delivered in MicroStation file format. All conversions shall be made prior to delivery of any submittal. Construction cost estimates will be required in Corps of Engineers MicroComputer Aided Cost Estimating system (MCACES). The following services may be required under the contract, but won?t be a basis for selection: Report preparation, planning reports, design reports, and plans and specifications; HTW investigation and analysis including field investigations, site characterization, analysis and evaluation of remedial actions, and cost estimating. SF 254/255s need not inclu de information on these items; however, the firm selected for negotiation may be required to furnish these services during the course of the contract. 4. SELECTION CRITERIA. DoD regulations direct the selection of A/E firms based on the professional and technical qualifications necessary to perform the required services. Responses must comply with the requirements of this announcement and must be subm itted prior to the closing date and time to be considered for selection. Selection criteria for this contract are as follows and are listed in descending order of importance, first by major criterion, then by sub-criterion. Criteria a-f are primary. Cri teria g-h are secondary and will be used only as ?tie-breakers? among otherwise technically equal firms. a. Specialized experience and technical competence relative to the following areas: (1) Foundation and embankment design including seepage, settlement, bearing capacity, stability, and seismic analyses of existing structures. (2) Rock mass design, including design of surface excavations and underground openings, analysis of rock foundations, and design of rock supports. (3) Evaluation and analysis of soil and rock conditions and properties, slope stability studies, ground water studies, and seismic ground motion studies. (4) Geologic mapping, instrumentation installation and maintenance including inclinometers, pressure meters, monitoring wells, and piezometers. (5) Explorations, which may include geophysical explorations; groundwater and water well investigations; landslide investigations; marine (over-water) investigations; drilling, sampling, and logging of soils and rocks; and insitu testing. (6) Laboratory testing for determination of soil and rock material properties. b. Professional qualifications of personnel to be assigned to the project. Evaluation will consider education, training, registration, and longevity of relevant experience. Personnel provided for these services must be professional engineers or geologis ts with experience in geotechnical investigations and design. The following disciplines will be evaluated (minimum number to be evaluated in brackets to right of each discipline): (1) Geotechnical Engineers (3). (2) Geologists (3). (3) Geophysicists (1); Note: Registration not required. (4) Earthquake Engineer (1). c. Familiarity with geological and geotechnical conditions in western Oregon. d. Design Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on contract if successful offeror. Should address coordination of disciplines and subcontractors, and include organization chart showing inter-relationship of management and design team components. e. Past performance on contracts with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. f. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work anticipated during the life of this contract, and percentage of resources available to perform the services required under this cont ract, including the ability to accomplish multiple task orders simultaneously. g. Extent of participation of SB, SDB, historically black colleges and university, and minority institutions in the proposed contract team, measured as a percentage of total estimated effort. h. General geographic proximity of firm with regard to the Portland District when compared to the proximity of other submitters. 5. SUBMISSION REQUIREMENTS. Interested A/E firms having the capability to perform this work must submit three copies each of SF 254 (11/92 Edition) and SF 255 (11/92 Edition) for the prime firm and all consultants to: USACE Portland District, 333 SW Firs t Avenue, Portland, Oregon 97204-3495, Attn: CENWP-CT-C, David Ebner, not later than the close of business (4:00 p.m. PDT) March 25, 2003. Include the firm?s ACASS number in SF 255, Block 3b. Request for verbal presentation of qualifications will not be permitted. This is not a request for proposal. Solicitation packages are not provided. Direct technical questions to Jim Griffiths (503) 808-4850 or Richard Hannan (503) 808-4860. Direct administrative questions to David Ebner, (503) 808-4611. Refere nce DACW57-03-R-0007. NAICS 541330.
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
Country: US
 
Record
SN00264233-W 20030226/030224213515 (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.