Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
MODIFICATION

C -- Indefinite Delivery Type Architect-Engineer Contract for Geologic and Geotechnical Engineering Design Services

Notice Date
2/27/2006
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
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
W9127N-06-R-0019
 
Response Due
3/27/2006
 
Archive Date
5/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1. SUBJECT. A/E Indefinite Delivery Contract for Geologic and Geotechnical Engineering Design Services. 2. CONTRACT INFORMATION. The U.S. Army Corps of Engineers, USACE, Portland District, proposes to contract for geologic and geotechnical engineering design services. An A/E Indefinite Delivery contract for $1,000,000 will be awarded, with a base period o f one year. The contract shall contain the option of two additional periods of one year each, at $1,000,000 each. An option period may be exercised at the discretion of the Government before expiration of the previous period. Each task order issued unde r this contract is NTE $1,000,000. This announcement is open to small businesses only. The size standard for this procurement is $4,500,000. The estimated award date of this contract is September 2006. This contact will be available for use by other US ACE elements. The wages and benefits of service employees, see FAR22.10, performing under this contract must be at least equal to those determined by the Department of labor under the Service Contract Act, as determined relative to the employees office lo cation, not the location of the work. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration, CCR. Register via the CCR Internet site at http://www.ccr.gov/index.cfm or by contacting the DoD Electronic Com merce Information 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 in a CADD applic ation and provide drawings to Portland District on electronic media CD or DVD. These design drawings shall be produced in compliance with U.S. Army Corps of Engineers, USACE, CADD standards and must be delivered in the current Microstation version. Const ruction cost estimates will be required in USACE Micro Computer Aided Cost Estimating System, MCACES. The following services may be required under the contract, but wont 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. Specifications shall be prepared using Unified Guide Specifications using Sp ecsIntact software. 4. SELECTION CRITERIA. Department of Defense, DoD, regulations with regard to the selection of A/E firms is based on the professional and technical qualifications necessary for the performance of the required services rather than competitive bidding proc edures. To be considered for selection, responses must comply with the requirements of this announcement and must be submitted prior to the closing date. Selection criteria for this contract will be based upon the following, listed in descending order of importance, first by major criterion and then by sub-criterion. Criteria a-f are primary, criteria g-h are secondary, used only as tie-breakers among 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 rock conditions and properties, slope stability studies, ground water studies and seismic g round 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 we ll investigations; landslide investigations; marine over-wa ter 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 geo logists with experience in geotechnical investigations and design. The following disciplines will be evaluated: 1 Geotechnical Engineers. 2 Geologists. 3 Geophysicists; Note: Registration not required. 4 Earthquake Engineer. c. Familiarity with geological and geotechnical conditions within the boundaries of the U.S. Army Corps of Engineers, Portland District. 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 contract, 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 location of firm with regard to other firms and Portland District. 5. SUBMISSION REQUIREMENTS. Interested A/E firms having the capability to perform this work must submit one copy of Part I and Part II of the SF 330 (6/2004) for the prime firm and all consultants to USACE Portland District, 333 SW First Avenue, Portland , Oregon 97204-3495, ATTN: CENWP-CT-C, Patricia Mason, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next busin ess day. Direct technical questions to Kristie Hartfeil, (503) 808-4861, or Art Fong (503) 808-4862. Direct administrative questions to Patricia Mason (503) 808-4624. NAICS: 541330, Reference W9127N-06-R-0019.
 
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
SN00995592-W 20060301/060227212545 (fbodaily.com)
 
Source
FedBizOpps 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.