Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

C -- IDIQ Contract for Architect-Engineer Services Primarily for Geotechnical Engineering Services within the Great Lakes and Ohio River Division Mission Boundaries.

Notice Date
3/2/2006
 
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-06-R-0039
 
Response Due
4/4/2006
 
Archive Date
6/3/2006
 
Small Business Set-Aside
N/A
 
Description
TITLE: Architect-Engineer Services for One Indefinite Delivery Indefinite Quantity Contract Primarily for Geotechnical Engineering Services within the Ohio River and Great Lakes Division Mission Boundaries. POCs: Contracting POC: Gloria Ritter, 502 -315-6204. Technical POC: MaryEllen Kleinke, 502-315-6409. 1. GENERAL CONTRACT INFORMATION: NAICS Code: 541330. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for geotechnical activities primarily within the Louisville District mission boundaries of Ohio, Indiana, Illinois, Michigan and Kentucky. However, projects outside the primary area of responsibility may be added at the Governments discretion upon the agreement of the selected firm. The projects will b e awarded by individual Task Orders anticipated in the range of $25,000 - $250,000 with the maximum contract value being $3,000,000. The contract period is cumulative, not to exceed three (3) years from the date of award. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm must comply with FAR 52.219.9 and Public Law 95-507 regarding the requirements to submit a subcontracting plan prior to award. The current subcontracting go als are 51.2% to Small Business, 8.8% to Small Disadvantaged Business, 7.3% to Women-Owned Small Business, 3.1% to Service Disabled Veteran Owned Small Business, and 1.5% to HUBZone Small Business. These percentages are applied to the total amount of subc ontracted dollars. The projects may require partnering with the selected firm which could require the selected A/E to attend a partnering meeting to define the Districts expectations of the A/E, create a positive working atmosphere, encourage open commun ications, and identify common goals. Significant emphasis will be placed on the A/Es quality control procedures as the District performs the quality assurance role only. To be eligible for award, a firm must be registered in the DoD Central Contractor R egistration (CCR) database via the CCR internet site: http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2. PROJECT INFORMATION: Activities such as soils and rock drilling for engineering investigations, instrumentation, inspection of subsurface investigations, laboratory testing, stability analysis, seepage analysis, geotechnical reports, geotechnical field observations and evalua tions, material investigations, dam safety related activities, geophysical studies, volume computations, geotechnical literature searches, geologic field mapping, seismological studies, surveying, the use of geotechnical software to perform geotechnical an alysis (e.g. slope stability, etc.), and safety. Drilling services on land and/or floating plant in rivers will be required. Drilling services may include standard penetration sampling, coring undisturbed sampling, drilling without sampling, instrumentat ion installation, and may or may not include inspection of the drilling services. Site location surveying may be required. Metric dimensions, in whole or part will be required for the authorized projects unless otherwise specified. Any CADD system may b e used, but submittals must be in accurately translated Intergraph Microstation format in conformance to the District CADD standards unless otherwise specified. 3. SELECTION CRITERIA: Criteria (a  e) are primary. Criteria (f  g) are secondary, and will only be used as tie-breakers among technically equal firms. The specific selection criteria are listed in descending order of importance as follows and must be documented in the SF330: a) PROFESSIONAL QUALIFICATIONS: The evaluation will consider educat ion, training, registration, voluntary certifications, overall and relevant experience, and longevity with the firm. Resumes for three (3) geotechnical designe rs and three (3) geotechnical checkers are required; at least three (3) must be professionally registered engineers, trained and experienced in geotechnical engineering. Two (2) resumes for senior level registered professional geologists are required. Two resumes are required in each of the following fields (designer and checker); at least one (1) professional in each field must be registered: civil engineer (independent of the geotechnical engineers) and structural engineer (independent of civil). The re sume of one (1) Task Order Manager qualified by training, experience and education is required. In addition, resumes for three (3)experienced drill operators are required (drill operators must have at least five (5) years experience). The individuals propo sed for these project assignments may not be dual hatted. b) SPECIALIZED EXPERIENCE and technical competence in the project activities identified above, to include seismological studies, stability analyses, seepage analyses, dam safety inspections and repo rting in accordance with the National Dam Safety Inspection Program, Risk Assessment methodologies for Dam Safety, geophysical studies, tunneling in soils and rock, pavement designs using Corps of Engineers Technical manuals and PCASE software, integratio n of geotextiles into pavement designs and floating plant operation. Individuals performing the subsurface inspections must demonstrate at least two (2) years experience in the use of Unified Soils Classification System (USCS) for field classifications. Only resumes identifying the professionalism and specialized experience of the group are necessary. Other available personnel may be specified in paragraph H of the SF 330. A list of equipment (including floating plant), must be furnished showing the age and mechanical condition of the equipment in Block H. Also identify the availability of drill rigs suitable for a variety of drilling conditions and types of sampling in Block H. In addition, a brief Design Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable), quality control procedures (for plans, design analysis and electronic documents), and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Block H of the SF 330. c) CAPACITY to complete the work in the required time. The evaluation will consider the experience of the firm and branches, consultants on similar size projects and the availability of an adequate number of personnel in key disciplines. Drilling capability and instrumentation installation with three 2-man drill crews readily available with a one (1) week notice and three (3) additional 2-man drill crews readily available with a three (3 ) week notice. d) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) KNOWLEDGE OF LOCALITY. Geotechnical knowledge of the locality and probable local site conditions, (e .g. seismic design, karst topography, etc.) to demonstrate knowledge of the Districts geotechnical characteristics. f) VOLUME OF DoD contract awards in the last 12 months. g) 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: A. Firms which are interested and meet the requirements described in this announcement are invited to submit one complet ed SF-330, Part I and one copy of the SF 330 Part II for the prime firm. Branch offices that will play a key role in the project must also submit a SF-330 Part II for each participating branch office. An SF-330 Part II must be submitted for each proposed s ubconsultant. All responses to this announcement must be received no later than April 4, 2006 at 4:30 p.m. local time. Electronic submittals will not be accept ed. B. It is requested that interested firms list the fee amount and date of all DoD contracts awarded during the last 12 months to the firm and all subsidiaries in Block H of the SF-330. C. Responding firms must submit a current and accurate SF-330 for ea ch proposed consultant. Additionally, all responding firms must submit a current and accurate SF-330 for each proposed consultant. The business size status (large, small and/or minority) should be indicated in Block 5 of the SF-330. Definition: A concer n is small if the annual receipts averaged over the past three fiscal years do not exceed $4.5 million. D. No other information, including pamphlets or booklets, is requested or required. E. No other general notification to firms under consideration 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 a Data Universal Number (DUNS) , call 1-877-705-5711, or make contact via the Internet at http://w ww.dnb.com.. The DUNS procedures replace any previous ACASS system/procedures. Any firms with an electronic mailbox responding to this solicitation should identify such addresses in Block 5 of the SF-330. Release of firms status will occur within ten (10 ) days after approval of any selection. This is not a request for proposals. U.S. Army Corps of Engineers, 600 Dr. Martin Luther King, Jr. Place, 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
SN00998120-W 20060304/060302212610 (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.