Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

C -- IDIQ Contract to perform geotechnical design and investigations primarily within the South Pacific Division.

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Sacramento - Civil, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
DACW05-03-R-0015
 
Response Due
6/30/2003
 
Archive Date
8/29/2003
 
Point of Contact
Ronald J. Miller, 916 557-5205
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento - Civil
(Ronald.J.Miller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. A-E services are req uired for military installations and civil locations, and Support for Others locations within the geographical area serviced by the Sacramento District. Military boundaries include CA, AZ, NV, and UT while civil boundaries include CA, OR, NV, UT, AZ, WY, and CO. Task Orders under this contract may also be issued by other Districts within South Pacific Division, (San Francisco, Los Angeles, and Albuquerque), and as requested by other Corps Divisions/Districts, for use within SPD boundaries. A specific sco pe for work and services required will be issued with each task order. The end result of these studies/projects will be maps and plans, specifications for construction, technical reports, summary reports, and design reports. See PROJECT INFORMATION for m ore details of what the work may include. This work will include all Architect-Engineer(A-E) and related services necessary to complete the design, and related services necessary to complete the taskings. The SIC code is 8712 with small business size sta ndard of maximum $4.0 million of average annual receipts for its preceding 3 fiscal years. More than one firm may be selected. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order aw ards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in September 2003. Each contract will be for a one-year period not-to-exceed $1,000,000 for the b asic year and two one-year options not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or n early exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract award. If the Total E stimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period contract amount. This announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on t hat part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 57.2% for small business. The goal further states that of the 57.2% to subcontracted to small business, 8.9% is for small disadvantaged busine ss (subset to small business), 8.1 is for small business/woman owned (subset to small business), 3% is for HUBZone Small Business (subset to small business) and 3% is for Service-Disabled Veteran-Owned Small Business(subset to small business). Firms should indicate personnel and subcontractors selected to work on the contract, and state their management structure. Firms should also indicate all applicable subco ntractors selected to work on the contract. If a selected firm is a large business, it will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. 2. PROJECT INFORMATION: Task orders to be issued under this contract will use ASTM standards for soil classifications and Department of the Army criteria for geotechnical description of rock and rock masses, and A/E/C CADD Standards for drawings. Work may include (a) foundation exploration, inspection and interpretation; (b) rock, soil or material sampling and testing; Note: For testing, the Contractor shall use an independent commercial laboratory that has been validated by abbreviated audit by the Corps of Engineers, Materials Testing Center (MTC), for the required test methods. To receive validation by abbreviated audit by the MTC, the laboratory shall complete the required form and submit copies of its AASHTO accreditation certificate, applicable AMRL and/or CCRL inspection reports, and responses to any deficiencies to the MTC no later than 7 days after the contract award. The cost for this validation by the MTC is $1250 and shall be the responsibility of the Contractor. The above information shall also be submitted for Government Approval as part of the Contractor's Quality C ontrol Plan. No materials testing shall be performed until the laboratory has been validated by the MTC and approved by the Resident Engineer. Further information regarding laboratory validation can be obtained by visiting http://www.wes.army.mil/SL/MTC/ LabValSteps.htm; (c) geologic mapping of existing surface conditions and/or exposed foundation conditions; (d) seismo-tectonic analyses (fault activity and liquefaction studies) with emphasis on Quaternary geology for structures and facilities; (e) photog eologic interpretation and imagery analysis; (f) hydrogeologic investigations and interpretation which may include monitoring wells and production water wells; (g) geotechnical design and engineering for dams, levees, pavements, and structures; (h) geophys ical explorations and interpretation; (i) preparation of reports of findings, conclusions and recommendations, plans and specifications for construction; and (j) preparation of maps, plates and drawings using Autocad and/or Microstation software. When the Task Order specifies AutoCad, the contractors shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three dimensional drawings in Autodesk AutoCAD CADD software, release 2000 or 2000i. The Governm ent will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2000 or 2000i format, and on the target platform specified. The target platform is a Pentium 800 MHz, 128 MB Ram, 20 GB Hard Dri ve with the Windows 2000 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. When the Task Order specifies Microstation, contractors shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three dimensional drawings in Bentley MicroStationJ software, Version 7.1 or higher, electronic digital form at. The Government will only accept the final product for full operation, without conversion or reformatting, in the Bentley MicroStationJ format Version 7.1, and on the target platform specified. The target platform is a Pentium 800 MHz, 128 MB Ram, 20 GB Hard Drive with the Windows 2000 operating system. Electronic files produced with advanced application software (surfaces, alignments, etc) used in preparin g drawings shall be delivered in versions compatible with MicrostationJ Version 7.1. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the Raster Reference Manager buil t into MicrostationJ Version 7.1, Z/I Imaging??????s I/RasC version 7.2 or higher, or Bentley??????s I/RasB Version 6.0 or higher electronic digital formats. In addition, all CADD drawings for plan sets shall also be delivered in Computer-aided Acquisitio n and Logistic Support (CALS) CCITT Group 4 raster format. Specifications will be produced in SPECSINTACT software using the UFGS or Army Construction Guide specifications. In addition to the format specified above, specification files shall also be deli vered in Adobe Acrobat Portable Data Format (PDF). Construction cost estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. Responding firms must show In ternet capability for accessing the Dr Checks Review/Comment System. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) though (d) are primary. Criteria (e) through (g) are secondary and will only be used as tie-breakers among technically equal firms. (a) Specialized experience and technical competence and complexity in geotechnical jobs performed in each of the categories listed in project information section above. (b) Past performance o n DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. (c) Qualified professional personnel who are certified, registered and highly trained as: geologists, hydrogeologists, seismologists, geot echnical engineers, civil engineers, CADD technicians and draftsmen. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. (d) Capacity to accomplish multiple simultaneous task orders at different locations. (e) Volume of DOD contract awards in the last 12 months as described below. (f) Location of the firm in the general geographical area of the Sacramento District??????s area of responsibility. (g) Extent of participation of small business. Small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to: USAED, Sacramento District, ATTN: A-E Negotiations, Mr. Stanley Shibata, Unit Leader, 1325 J Street, Room 1079, Sacramento, California 95814-2922. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer , etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the subm itting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality contr ol plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254, which shall be considered by the agency.
 
Place of Performance
Address: US Army Engineer District, Sacramento - Civil 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00334330-W 20030531/030529213549 (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.