Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

C -- IDIQ Contract for Structural Engineering Services for Non-Linear Structural Analysis (NISA) and Probabilistic Reliability Modeling of Major Navigation Structures Primarily within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-05-R-0038
 
Response Due
8/30/2005
 
Archive Date
10/29/2005
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity Contract for Structural Engineering Services for Non-Linear Structural Analysis (NISA) and Probabilistic Reliability Modeling of Major Navigation Structures Primarily Within the Great Lakes and Ohio River Divis ion Mission Boundaries DUE:30 August 2005 POCS: Contracting POC: Debra Bruner, (502) 315-6208 Technical POC: David Schaaf, (502) 315-6297 1. General Contract Information: NAICS Code: 541330. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract. The maximum amount of the contract shall not exceed $3,000,000. Projects will be awarded by individual task orders which are expected to be in the $10,000 - $300,000 range. The contract period is cumulative and ends three years from the date of the award. Significant emphasis will be placed on the A/Es quality control procedures, as the District will perform t he quality assurance role only. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Plan in accordance with Public Law 95-507 prior to award of the con tract. The current subcontracting goals are 50.9% to Small Business, 8.8% to Small Disadvantaged Business, 7.2% to Woman-Owned Small Business, 2.9% to HUBZone Small Business and .05% to Service Disabled Veteran Owned Small Business. These percentages ar e applied to the total amount of subcontracted dollars. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contracting the DoD Electronic Commerc e Information Center at 1-800-334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2. Project Information: Expected project activities would involve nonlinear, incremental structural analysis (NISA) and probabilistic reliability-based modeling and analysis of reinforced concrete, mass concrete, steel hydraulic structures, bridges, and substructures for construction, transportation ballasting and service loads. Activities include finite element modeling of navigation components to establish performance characteristics and limit state criteria for input into time dependent Monte Carlo si mulation reliability models on cast-in-place, floating precast, prestress, post-tensioned concrete structures, and hydraulic steel structures using two dimensional and three dimensional models. Concrete hydraulic structures would be cast-in-place concrete , specialized precast concrete shells with concrete in-fill, tremie concrete, roller compacted concrete and pre-placed aggregate concrete or similar structures. Hydraulic steel structures would include (but not be limited to) large water control valves an d gates. Some design work in regards to these structures may also be required. 3. Selection Criteria: The specific selection criteria (a  d) are primary and (e  f) are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: A. Professional Qualifications. Qualified register ed professional engineers (designers/analysts and checkers) with expertise pertaining to the above project information data as evidenced by the resume information. The evaluation will consider the registration, education, certification, training, overall relevant specialized experience and longevity with the firm for all proposed team members. Firms should provide resumes for both designers/analysts and checkers. At a minimum, resumes for two registered professional engineers are required. B. Specialized Experience and Technical Competence: Documented experience encompassing the above project information as documented in the resumes of the personnel assigned to this project (i.e. engineering awards and/or published work, etc.); technical c ompetence in structural modeling with computer software needed for constitutive ma terial models, nonlinear behavior and fracture mechanics; (to include but not limited to ABAQUS and ANACAPU software modeling programs) time dependent concrete material properties and performance, such as strength versus time, stiffness versus time and shr inkage; and modeling reinforcement in relation to the cracking criteria for concrete and the minimizing of cracking in massive concrete structures due to the heat of hydration. Similar non-linear analysis is also required for determining residual stress an d fatigue cracking in hydraulic steel structures. In addition, demonstrated extensive experience with probabilistic and reliability-based modeling of the above project information is required where the finite element modeling is used to provide key input i nto time dependent Monte Carlo simulation reliability models. A minimum of 3 navigation-related projects where this type of analysis work has been done in the last 5 years should be submitted. Do not submit more than 10 navigation related projects, or wo rk beyond the 5-year period. A brief Design Management Plan including an explanation of the firms management approach, management of subcontractors (if applicable), quality control procedures (for plans, specifications, design analysis and electronic doc uments), firms procedures to insure that internal resources are not over committed, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in the SF 330. A quality c ontrol plan (QCP) must be prepared and submitted identifying the process that the prime firm and consultants will follow to accomplish the activities as specified above. C. Capacity to complete the work in the required time, with the understanding that th is contract will require multiple design teams to perform individual task orders at various locations simultaneously if needed. D. Past performance on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Knowledge of the primary locality of the projects: design within the Great Lakes and Ohio River Division mission boundaries; knowledge of probable site conditions to include local codes and practices. F. Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMITTAL REQUIREMENTS: Firms that are interested and meet the requirements described in this announcement are invited to submit one completed SF-330 Part I and II to the Office shown below. All responses must be in hard copy; no electronic versions or faxed documents will be considered. All responses on SF-330 to this announcement must be received no later than 4:30 p.m. local time on 30 August 2005. Responding firms must submit a current and accurate SF-330 Part II for each proposed consultant. The bus iness size status (large, small and/or minority) should be indicated in Block 5B after the name of the firm on the SF 330 Part I. No other information including pamphlets or booklets is requested or required. No other general notification to firms under co nsideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. To receive information or to receive an ACASS number, call (503) 808-4591. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF-330. ACASS Number of the office performing the work should be listed in Block 3 of the SF 330. ACASS Numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace .army.mil/ct/i or by contacting the Portland Office at 503-808-4591. The Army Single Face to Industry site is: http://acquisition.army.mil/default.htm. Release of a firm's status will occur within ten (10) days after approval of any s election. This is not a request for proposals. U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Room 821, Louisville, KY 40202-2230
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00857087-W 20050730/050728212659 (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.