Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOLICITATION NOTICE

C -- IDIQ A-E Contract for Geotechnical and Environmental Services

Notice Date
11/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Pittsburgh District Contracting Division, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727, Pittsburgh, PA 15222
 
ZIP Code
15222
 
Solicitation Number
W911WN-07-R-0001
 
Response Due
12/19/2006
 
Archive Date
2/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address Pittsburgh District Contracting Branch, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Suite 2100, Pittsburgh, PA 15222-4186 DESCRIPTION 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE) Pittsburgh District will require an Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contract for Geotechnical, Environmental and related services. This contract is be ing procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for required work. The contract duration will be five years. Work will be issued by negotiated firm-fixed-price task orders; no task order will exceed $500,000. Multiple task orders may be issued concurrently. The contract will be for a base year and four option years; the total contract value (for all five years) will not exc eed $2,500,000.00. This announcement is RESTRICTED/Set-Aside for Small Business Concerns. 2. PROJECT INFORMATION: Projects will be located within the geographical boundaries or mission assignments of the USACE Great Lakes and Ohio River Division (LRD), which includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The A-E Services to be provided under this contract will be primarily Geotechnical, Environmental and Drilling to support the Pittsburgh District's and other LRD Districts' missions to plan, design, construct, operate and maintain navigation projects (locks and dams), and multi-purpose reservoirs and dams, local flood protection projects, river basins, aquatic ecosystem restoration (wetland construction and enhancement, acid mine drainage (AMD) mitigation, habitat enhancement, urban stream re storation), water treatment and distribution facilities, waste water and sewage treatment facilities, recreation and other facilities. The contract will provide specific A-E design services for: (a) Geotechnical services including, but not limited to, concrete mix design, concrete rehabilitation and inspection, stream bank erosion studies, aggregate material investigations, geophysical studies, seismological studies, deep and shallow foundation design analysis, rock and soil anchor design, material quantities and cost estimates, geotechnical design analysis, slope stability analysis, seepage analysis, geotechnical evaluations and reports, formulation of subsurface investigations, field observati ons and site inspections, literature searches, determination of soil properties (shear strength, compressibility, etc.), geotechnical computer programming and instrumentation design and monitoring requirements. Geotechnical services also include permittin g activities such as development of erosion and sediment control plans and National Pollutant Discharge Elimination System (NPDES) applications and design of processes for compliance thereof. Specialized geotechnical services with respect to construction a pplications include design of soil mix walls, slurry walls, tieback walls, anchor walls, jet grouting and drilled shafts, in addition to providing engineering support during construction. (b) Environmental services including, but not limited to, all studies and related documentation to comply with federal environmental and cultural resource statutes, executive orders and policies, their implementing regulations and Corps of Engineers' poli cy. This work will include interpretations and recommendations regarding compliance with environmental and cultural resource law and regulations; performance of fish and wildlife studies; archaeological and historic preservation studies; Hazardous, Toxic and Radioactive Waste (HTRW) studies; Risk Assessments; Phase I and Phase II Environmental Site Assessments; and investigations involving environmental soil sampling, sediment sampling, ground and surface water sampling, site characterizati on and analysis of laboratory and field investigations. It also includes conducting studies and developing reports pertaining to flood control, navigation, flood insurance, ecosystem restoration, and related studies to include economic, recreation, land u se, and other water resource issues. (c) Drilling services may involve, but are not limited to, drilling on land, dam galleries, dam tunnels, and floating plant on rivers and other intercoastal waters. Drilling services include drilling, sampling, field testing, laboratory testing and inst allation of instrumentation, monitoring wells and dewatering wells, HTRW (environmental) drilling and sampling, test pit excavation, Menard pressure meter testing, hydraulic pressure testing using packers, laboratory testing of soils, rock and HTRW sampl es. Work shall be accomplished in full compliance with federal, state and local regulations, established USACE manuals, policies, standards and practices, and other professional practices and standards as necessitated by project conditions and job requ irements. 3. SELECTION CRITERIA: See Note 24 of the Federal Business Opportunities (FOB) for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criter ion (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as tie-breakers among technically equal firms. Primary: (a) Specialized Experience and Technical Competence: The firm (the firm shall be considered the prime firm and all subcontractor(s)) and its staff will be evaluated with respect to: (a) geotechnical services, (b) environmental and cultural services, and (c) drilling services as identified in Section 2, PROJECT INFORMATION. In addition, the firm shall be evaluated based on demonstrated experience project team working relationships in: (1) using innovative design concepts/engineering practices and state-of-the-art technologies; (2) conducting studies and designing projects within constrained schedules and funding limitations; (3) producing and delivering CADD drawings in a format fully compatible with MicroStationVersion 8.5 or later. Drawing standard shall conform to the CADD/GIS Technology Center  A/E/C CADD Standards Release 2 (http://tsc.wes.army.mil ). Firms are requ ired to demonstrate compatibility by submitting relevant CADD (MicroStation Ver 8.5) drawing samples on CD-ROM; Data for all submissions shall be provided in both, hard-copy and electronic format. All electronic data files will be delivered via compact disc-read only memory (CD-ROM) or as specified by the District. In addition, the firm shall specifically demonstrate in Section H, Block 30 of the SF 330 the ability to furnish and utilize the following minimum amount and type of drilling equipment: (i) one skid-mounted core drill rig having minimum power rating of 40HP and NW rotary drilling capability to 200 feet. The drill rig shall have a base width less than 54 inches and gross weight less than 5,000 pounds. (ii) three truck-mounted core drill rigs having minimum torque output of 5,500 ft-lbs and NW rotary drilling capability to 500 feet. (iii) one small track-mounted core drill rig having minimum torque output of 2,500 ft-lbs and NW rotary drilling capability to 400 feet. The drill rig shall have a base width less than 72 inches and gross weight less than 12,000 pounds. (iv) one track or rubber-tire all terrain vehicle (ATV) mounted core drill rig having minimum torque output of 5,500 ft-lbs and NW rotary drilling capability to 500 feet. (v) one portable air driven drill rig suitable for tunnel and gallery drilling and capable of advancing holes with or without sample recovery to depths of 100 feet. (b). Professional Qualifications of the lead project management and technical personnel to be assigned to the contract team and perform the requir ed services as listed in Section 2, PROJECT INFORMATION: The lead designer in each discipline must be registered to practice in the appropriate professional field. The evaluation of professional qualifications will consider: (1) education, (2) training and certification, (3) professional registration, (4) overall and relevant experience, (5) longevity with the firm. The firm must staff necessary Registered/Licensed Engineers, Geologists, Architects, Landscape Architects, and Surveyors having professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by la w and professional engineering, architectural, estimating, scheduling and surveying practices. The firm should indicate professional registrations/licenses, certificates from commercial organizations, professional recognition, professional associations, p ublications, advanced training, and specific work experience of lead personnel for each major discipline. (c) Past Performance for the last five years on contracts with Government agencies and private industry in terms of project management, cost control, quality of work, and compliance with performance schedules. ACASS will be used as the primary source for information on past performance. Performance evaluations for significant subcontractors will also be considered. (d) Capacity of the firm to accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, and the size and qualifications of the firm's staff in the required disciplines, and an y significant equipment (to include specialized hardware and/or software) currently possessed and used by the firm. The firm's staff must be capable of responding to multiple task orders concurrently and within specified performance periods. (e) Knowledge of Locality. The firm shall have knowledge of the geological features, climatic conditions or local construction methods that are unusual or unique to the Pittsburgh District and the Great Lakes and Ohio River Division. Secondary: (f) Extent of participation of Small Business, Small Disadvantaged Business, HUBZone small businesses, women-owned businesses, service-disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions in the p roposed contract team, measured as a percentage of the total estimated effort. (g) Location of the firm in the general geographic area of the Pittsburgh District. (h) Volume of work awarded to the primary firm by DoD during the previous 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four (4) current complete Standard Form 330s (SF 330, REV. 6/2004), Architect-Engineer and Related Servic es Qualifications and any supplemental data, that documents the firm's qualifications. The SF 330s must be no longer than 100 (8.5x11) pages in total length (excluding sample CADD compatibility CD-ROM). Include in Section H, Block 30 of the SF 330 a discu ssion/specific examples of why the firm is especially qualified based upon the specific selection criteria listed in Section 3, SELECTION CRITERIA. Front and back side use of a single page will count as 2 pages. Use no smaller than 12-font type. Pages in e xcess of the maximum listed above (100 pages) will be discarded and not used in the evaluation. Firms must submit a detailed quality control plan with their proposal that outlines specific quality control procedures for this contract and specifically addre sses quality control procedures between the prime firm and any subcontractors. Firms must also submit a list of all significant equipment and software, including email and File Transfer Protocol (FTP) capabilities that are to be used on this contract. Fir ms shall include their ACASS DUNS Number in the SF 330 Part II, Block 4 for the firm and all subcontractors. This information will be used for past performance evaluation under the SELECTION CRITERIA. All submitting firms must be registered with the Central Contractor Registration (CCR); registration can be completed on-line at http://www.ccr.com. Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov and be no more than 12 months old. No other general notification to firms under consideration for this work will be made, and no further action is required. Personal visits to the Pittsburgh District Office will not be scheduled. For SF330s being submitted by Express Mail, the delivery address is: US Army Corps of En gineers, ATTN: James Costantino, 1000 Liberty Avenue, Pittsburgh, PA 15222. Contract Specialist for this requirement is: James Costantino, James.M.Costantino@usace.army.mil, Phone 412-395-7474. Interested firms must provide submittals to the above addre ss no later than Tuesday, 19 December 2006, 2:00 p.m. EDST. Submittals after this date and time will not be considered.
 
Place of Performance
Address: Pittsburgh District Contracting Division 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727 Pittsburgh PA
Zip Code: 15222
Country: US
 
Record
SN01175946-W 20061105/061103222654 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.