Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY A-E CONTRACT FOR DAM AND LEVEE SAFETY, FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS

Notice Date
2/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Engineer District St. Louis CE, CEMVS-CT, US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P909R0710
 
Response Due
3/18/2009
 
Archive Date
5/17/2009
 
Point of Contact
Lisa Marie White, 314-331-8518<br />
 
Small Business Set-Aside
N/A
 
Description
INTERESTED PARTIES PLEASE REVIEW THE FOLLOWING INFORMATION CAREFULLY. THIS IS A REVISED SYNOPSIS FOR THE PROPSED PROCUREMENT. THERE ARE TWO REQUIREMENTS WITHIN THIS SYNOPSIS. 1. THE ORIGINAL REQUIREMENT FOR DAM SAFETY MONITORING IS VALID AND IS SYNOPSIZED AS UNRESTRICTED. IT CLOSES 27 FEB 09. ALL SUBMISSIONS MUST BE RECEIVED BY THE ABOVE STATED CLOSING DATE. 2. AN ADDITIONAL REQUIREMENT FOR LEVEE INSPECTIONS IS ANNOUNCED WITHIN THIS SYNOPSIS. IT IS ADVERTISED AS SMALL BUSINESS SET-ASIDE, CLOSING DATE IS 18 MAR 09. BOTH SYNOPSIS ARE LISTED BELOW. IF YOU HAVE QUESTIONS CONCERNING THIS ANNOUNCEMENT CALL LISA WHITE, 314-331-8518. UNRESTRICTED REQUIREMENT - DUE 27 FEB 09 AMENDMENT TO SYNOPSIS OF PROPOSED PROCUREMENT, DAM SAFETY MONITORING C--INDEFINITE DELIVERY A-E CONTRACT FOR DAM AND LEVEE SAFETY MONITORING AND INSPECTIONS FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS. Technical POC Civil Engineering Unit, James A. Mills, (314) 331-8301, Contract Specialist, Lisa White (314) 331-8518. (Site Code W912P9) Solicitation W912P9-09-R-0710. Classification Service Code C, NAICS code is 541330. 1. CONTRACT INFORMATION. Services of a qualified A-E firm are sought to provide professional engineering services for all aspects of dam and levee safety performance monitoring, stability of civil works structures, and inspections. Emphasis is placed on Automated Data Acquisition Systems (ADAS) for structural and geotechnical instrumentation, although some services on manually read instrumentation may be required. Contract work is intended primarily for projects within the geographical boundary of the Mississippi Valley Division (MVD). However, work may be awarded for projects located outside the MVD boundary and other agencies may use this contract on an approved basis as determined by the Contracting Officer. This contract may be used to support the National Levee Inspection Program. Subject to program requirements, the Government intends to negotiate and award two indefinite delivery contracts within one year after the required response date to this announcement, but reserves the right to award up to two additional indefinite delivery contracts (a maximum total of four contracts). The contracts will be awarded in the order of ranking determined by the selection approval authority. Each contract will have a base period not to exceed one year and four option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,200,000 ($6,000,000 total per contract). However, an option period may be exercised at the Governments sole discretion when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Furthermore, any unused capacity may be rolled over to the next contract period at the Governments sole discretion. Yearly rate schedules with annual cost escalation will be negotiated for the contracts. On each individual contract, the first years rate schedule shall become effective the day of contract award, and shall be in effect for 1 year from contract award. Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award. Work will be issued by negotiated firm fixed-price task orders, not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience, geographic location, and equitable distribution of work among Contractors. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. This announcement is open to all businesses regardless of size. All interested A-E firms 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 firms. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract, which are subject to change, currently are that a minimum of 70.0 percent of the contractor's intended subcontract amount be placed with small businesses (SB), including 6.2 percent with small disadvantaged businesses (SDB), 7.0 percent be placed with woman-owned businesses, 9.8 percent with HUB Zone Small Businesses, 3.0% with Veteran-Owned Small Business and 0.9 percent with Service-Disabled Veteran-Owned Small Businesses. A subcontracting plan is not required with this submittal. North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $4,500,000 in annual average receipts. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employees home office location. Prior to contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Registration can be made via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-(800)-334-3414. 2. PROJECT INFORMATION. The current anticipated requirements include conducting periodic inspections: preparing inspection reports; and the maintenance, repair, replacement, and enhancement of existing monitoring systems and the design and installation of new systems. Contract attention to monitoring systems includes data acquisition, data transmission, data reduction and analysis, and designing reliable instrumentation hardware and software systems. Task orders under this contract could address any one or a combination of the above. 3. SELECTION CRITERIA. The selection criteria are listed in descending order of importance, (first by major criterion and then by each sub-criterion). Criteria a through d are primary. Criteria e through g are secondary and will only be used as tie breakers among essentially technically equal firms. a. Specialized Experience and Technical Competence: (1) Conduct engineering inspections of water retaining structures (levees and/or dams) and associated appurtenant structures, including bridges, pump stations, and conduits. Includes preparation of preinspection reports, assembling multidiscipline team, assessment of original design criteria, assessment of project emergency action and evacuation plans, conduct field inspections in coordination with local sponsor or project staff, and prepare inspection reports. The levee inspection results shall be input into the Levee Inspection System (LIS) with training provided by the Corps of Engineers to selected contractors. All engineering inspection aspects shall be conducted in accordance with Corps of Engineer guidance; (2) Have a thorough knowledge of the function, behavior, and design of earth embankment dams and navigation structures and levees, and a thorough knowledge of dam safety instrumentation; (3) Design, install, integrate, and operate dam safety instrumentation systems with current technology; (4) Troubleshoot, test, calibrate, maintain, and repair existing manually-operated and automated systems. Systems include Geomation, Campbell Scientific, and Telog Instruments. Experience with various transducers must be demonstrated. Transducers currently in use include Geokon (pressure and crackmeter), Druck (pressure), Roctest Safe Tel Top (plumbline), Lucas-Schaevitz (LVDT), and Data Instruments (pressure). Transducer calibration must be validated with adjacent manual instrumentation. Troubleshooting of RF radio and spread spectrum communications and power supplies (solar and AC) may be required. Unique customized solutions beyond the capabilities of the dataloggers and transducers listed above may need to be developed to monitor new dam safety concerns. (5) Possess the technical capability to operate and integrate WINIDP software. WINIDP is a dam safety instrumentation database that utilizes a 32-bit Windows operating system with MS SQL Server and Sybase SQL Anywhere database engines. Plotting is accomplished with Excel and Grapher. Software code modification will be accomplished by means outside this contract. (6) Analyze and evaluate dam safety instrumentation data to determine the condition of the structure. Make remedial action recommendations based on instrumentation analysis; (7) Investigate alternatives and create unique solutions for special monitoring applications; (8) Read dam safety instrumentation, including piezometers, inclinometers, tiltmeters, joint movement indicators, inverted plumblines and joint bolts; (9) Design and conduct user training sessions on system operation and maintenance procedures for automated data acquisition systems and WINIDP; (10) Prepare Corps of Engineer plans and specification or review specifications written by others. Write and edit operation and maintenance manuals; and (11) Possess general knowledge of commercially available spreadsheet, communications, and graphic software; be capable of communicating with the Government standards with Microsoft Word, Excel and Outlook. Ability to deliver CADD files in the Bentley Microstation (Version 8 or later) format. b. Capacity to Accomplish the Work: Firms should have the capacity to accomplish up to three task orders simultaneously, with an aggregate value of up to $1,500,000, of the required type of work in any one-year period for delivery of a quality product on a timely schedule, and capacity to perform approximately $6,000,000 in work of the required type in a five-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); equipment availability, i.e. the extent of in-house facilities verses subcontracting needs; the firms demonstrated ability to perform and monitor multiple task orders simultaneously; the firms demonstrated ability to use quality control procedures and tools to insure quality products; firms demonstrated ability to adhere to schedules. Engineer disciplines include: instrumentation, geotechnical, structural, civil, electronic or electrical, mechanical and materials. Other required disciplines include geologists, computer programmers, civil and electronic technicians, computer hardware technicians, and drafting persons. c. Professional Qualifications: The firm should have, either in-house or through subcontractors and consultants, qualified and licensed professional engineers or land surveyors with demonstrated expertise in all aspects of dam and levee safety, a qualified management team, quality control staff, and technical staff. The evaluation will consider the education, training, registration, certification, overall and relevant dam safety experience, and longevity with the firm of key management, professional, and technical personnel using information from Block E of the SF 330 submittal. Interested firms should ensure that their SF 330 includes the resumes of all management, professional and technical personnel. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, Part I, Section E. Work must be performed under the supervision of a registered Professional Engineer. d. Past Performance: Past performance on similar Department of Defense contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS/CPARS/PPIRS data, credible documentation included in the SF 330, and other sources. e. SB and SBD Participation: Extent of participation of SB, SDB, women-owned businesses, HUB Zone and Disabled Veteran-Owned Small Businesses will be measured as a percentage of the estimated effort. f. Geographic Proximity to the St. Louis District office headquarters. g. Equitable Distribution of DOD Contracts: Evaluation will consider the volume of DOD A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD A-E contracts among qualified firms by giving more consideration to firms with lower total volume. 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must submit four copies of completed SF 330 to, Attn: Lisa White, CEMVS-CT-X, 1222 Spruce Street, St. Louis, MO 63103-2833 not later than 3:00 PM local time on the 27th day of February 2009. Include each firms DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In section H describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Also include in section H the number and amount of fees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request for Proposal. SMALL BUSINESS SETASIDE REQUIREMENT - DUE 18 MAR 09 C--INDEFINITE DELIVERY A-E CONTRACT FOR DAM AND LEVEE INSPECTIONS FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS RESTRICTED TO SMALL BUSINESS SET-ASIDE. Technical POC Civil Engineering Unit, James A. Mills, (314) 331-8301, Contract Specialist, Lisa White (314) 331-8518. (Site Code W912P9) Solicitation W912P9-09-R-0710. Classification Service Code C, NAICS code is 541330. 1. CONTRACT INFORMATION. Services of a qualified A-E firm are sought to provide professional engineering services for all aspects of dam and levee inspections. Contract work is intended primarily for projects within the geographical boundary of the Mississippi Valley Division (MVD). However, work may be awarded for projects located outside the MVD boundary on an approved basis as determined by the Contracting Officer. This contract may be used to support the National Levee Inspection Program. Subject to program requirements, the Government intends to negotiate and award two small business set-aside indefinite delivery contracts within one year after the required response date to this announcement, but reserves the right to award up to two additional small business set-aside indefinite delivery contracts (a maximum total of four contracts). The contracts will be awarded in the order of ranking determined by the selection approval authority. Each contract will have a base period not to exceed one year and four option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,200,000 ($6,000,000 total per contract). However, an option period may be exercised at the Governments sole discretion when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Furthermore, any unused capacity may be rolled over to the next contract period at the Governments sole discretion. Yearly rate schedules with annual cost escalation will be negotiated for the contracts. On each individual contract, the first years rate schedule shall become effective the day of contract award, and shall be in effect for 1 year from contract award. Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award. Work will be issued by negotiated firm fixed-price task orders, not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience, geographic location, and equitable distribution of work among Contractors. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. This contract is set aside for small businesses only. North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $4,500,000 in annual average receipts. Each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are currently certified as a small business firm. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employees home office location. Prior to contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Registration can be made via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-(800)-334-3414. 2. PROJECT INFORMATION. The current anticipated requirements include conducting periodic inspections and preparing inspection reports 3. SELECTION CRITERIA. The selection criteria are listed in descending order of importance, (first by major criterion and then by each sub-criterion). Criteria a through d are primary. Criteria e and f are secondary and will only be used as tie breakers among essentially technically equal firms. a. Specialized Experience and Technical Competence: (1) Conduct engineering inspections of water retaining structures (levees and/or dams) and associated appurtenant structures, including bridges, pump stations, and conduits. Includes preparation of preinspection reports, assembling multidiscipline team, assessment of original design criteria, assessment of project emergency action and evacuation plans, conduct field inspections in coordination with local sponsor or project staff, and prepare inspection reports. The levee inspection results shall be input into the Levee Inspection System (LIS) with training provided by the Corps of Engineers to selected contractors. All engineering inspection aspects shall be conducted in accordance with Corps of Engineer guidance; (2) Have a thorough knowledge of the function, behavior, and design of earth embankment dams and navigation structures and levees; (3) Possess general knowledge of commercially available spreadsheet, communications, and graphic software; be capable of communicating with the Government standards with Microsoft Word, Excel and Outlook. b. Capacity to Accomplish the Work: Firms should have the capacity to accomplish up to three task orders simultaneously, with an aggregate value of up to $1,200,000, of the required type of work in any one-year period for delivery of a quality product on a timely schedule, and capacity to perform approximately $6,000,000 in work of the required type in a five-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); equipment availability, i.e. the extent of in-house facilities verses subcontracting needs; the firms demonstrated ability to perform and monitor multiple task orders simultaneously; the firms demonstrated ability to use quality control procedures and tools to insure quality products; firms demonstrated ability to adhere to schedules. Engineer disciplines include: geotechnical, structural, civil, electrical, mechanical, hydraulic, and materials. Other required disciplines include civil technicians. c. Professional Qualifications: The firm should have, either in-house or through subcontractors and consultants, qualified and licensed professional engineers or land surveyors with demonstrated expertise in all aspects of dam and levee inspections, a qualified management team, quality control staff, and technical staff. The evaluation will consider the education, training, registration, certification, overall and relevant dam and levee inspection experience, and longevity with the firm of key management, professional, and technical personnel using information from Block E of the SF 330 submittal. Interested firms should ensure that their SF 330 includes the resumes of all management, professional and technical personnel. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, Part I, Section E. Work must be performed under the supervision of a registered Professional Engineer. d. Past Performance: Past performance on similar Department of Defense contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS/CPARS/PPIRS data, credible documentation included in the SF 330, and other sources. e. Geographic Proximity to the St. Louis District office headquarters. f. Equitable Distribution of DOD Contracts: Evaluation will consider the volume of DOD A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD A-E contracts among qualified firms by giving more consideration to firms with lower total volume. 4. SUBMISSION REQUIREMENTS. Interested small business firms having capabilities to perform this work must submit four copies of completed SF 330 to, Attn: Lisa White, CEMVS-CT-X, 1222 Spruce Street, St. Louis, MO 63103-2833 not later than 3:00 PM local time on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline in 3:00 PM local time of the next business day. Include each firms DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In section H describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Also include in section H the number and amount of fees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request for Proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b93a8a33bcb18ca0fc1cf2a43b70f5f0&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO<br />
Zip Code: 63103-2833<br />
 
Record
SN01752113-W 20090220/090218215354-b93a8a33bcb18ca0fc1cf2a43b70f5f0 (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.