Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Geotechnical Engineering Services at Various Activities located within the Atlantic Division, Naval Facilities Engineering Command?s Geographic Area

Notice Date
3/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 1510 Gilbert Street Building N-26, Code AQ22D, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-03-R-1133
 
Archive Date
5/14/2003
 
Point of Contact
Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Larry Scheible, Contract Specialist, Phone 757-322-8254, Fax 757-322-8362,
 
E-Mail Address
LambRM@efdlant.navfac.navy.mil, ScheibleLW@efdlant.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer or Engineering Services are required for subsurface investigation, field and laboratory material testing and evaluation, geotechnical/foundation analysis including monitoring, sampling and analysis of soil and groundwater for environmental contamination, various tests on construction and building materials. Field investigation will require locating borings, securing utility checks with appropriate equipment, and arranging for security clearance for drillers and all equipment. Incidental monitoring, sampling and analysis of soil and groundwater for environmental contamination shall include, but not be limited to: providing capability to monitor boreholes for combustible gas or petroleum vapors at sites of potentially contaminated soil material and/or groundwater, and providing labor, equipment and protection measures (EPA Levels C and D) for performing subsurface investigations. Services shall also include providing soils and environmental personnel (technical and professional) at field and laboratory locations to perform or evaluate subsurface investigation, testing or inspection for subsequent design or construction. Services shall include a complete written report containing the results of investigation/testing performed, discussion of sampling procedures and site conditions influencing investigation/testing, and recommendations based upon interpretation of test results. Completed boring logs and laboratory test results shall also be provided on 3 ?? disks or CD in an AUTOCAD compatible format (either .DFX or .DWG). One electronic and 1 hard copy of each report will be provided. Geographic area of the work shall be primarily Virginia, North Carolina, and West Virginia, but shall include other various activities within the Continental United States, the Caribbean, Africa and Europe. Required services will include mobilization to locations using transportation not provided by the U. S. Government. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to geotechnical and environmental investigations, testing and analysis; and (b) knowledge of local codes, laws, permits and construction materials and practices of the contract area (greater weight will be given to the States of Virginia, North Carolina and West Virginia); (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in organization ? individual and joint venture qualifications should be identified with particular emphasis on credentials of the firm?s proposed point of contact for the Government requested services. Indicate the office location where the point of contact will be located and where the office and laboratory work will be performed. Identify professional qualifications and experience of the geotechnical and environmental professionals to be used for analysis and report preparation. Identify in-house and consultants? capabilities for providing environmental monitoring, sampling, material testing, soil borings and foundation analysis. Identify any known limitations for staff obtaining security clearances required for access to Government installations. Identify ability of the firm to mobilize to the location of required services (including response capabilities of the firm to provide air or ship transportation), to provide location (scooping) for underground utilities prior to drilling, and to obtain supplies of required boring and monitoring well installation at remote locations of work; (3) Ability to perform the work within the firm?s permanent staff, projected workload during the anticipated contract period and the firm?s history of successfully completing projects in compliance with performance schedules in general. Provide specific experience and related timeframes to accomplish similar services. Typically soil boring projects are required to be completed within 28 days of issuance of the work order. Identify ability to complete an emergency work order of $20,000 or less within 10 working days and the ability to complete 4 work orders issued within a 10 day period. If consultants are involved, address history of working relationships; (4) Past performance - Firms will be evaluated in terms of: (a) past performance on contracts with Government agencies and private industry in terms of type of work, quality of work, compliance with performance schedules; and (b) demonstrated long-term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure a technically accurate product; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $750,000; however, the yearly maximum may total up to $375,000. The schedule of fees will be renegotiated approximately 3 months prior to expiration of the contract?s base year if the Government elects to award an option year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is July 2003.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: NAME, RELATED PROJECTS WORKED ON, YEAR, FIRM, and TECHNICAL ROLE. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 29 April 2003 will be considered. Late responses will be handled in accordance with FAR 52.215-1. Hand carried proposals will not be accepted. Electronic (email, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited as 100% set aside for small business, therefore, replies to this notice are requested from all small business concerns.--The small business size standard classification is NAICS 541330 ($4,000,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
 
Place of Performance
Address: Various Locations
 
Record
SN00286430-W 20030326/030324213720 (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.