Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

C -- ARCHITECT ENGINEER SERVICES FOR ONE INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR TECHNICAL SERVICES FOR INDEPENDENT EXTERNAL PEER REVIEWS WITHIN THE USACE CIVIL WORKS MISSION BOUNDARIES.

Notice Date
4/8/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-R-0038
 
Response Due
5/7/2010
 
Archive Date
7/6/2010
 
Point of Contact
Sarah Ignacio, 502-315-6174
 
E-Mail Address
USACE District, Louisville
(sarah.k.ignacio@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a small business set-aside procurement. One Indefinite Delivery/Indefinite Quantity Architect-Engineer Services contract will be procured in accordance with the Brooks Act PL-582 as implemented in the Federal Acquisition Regulations (FAR) Subpart 36.6. The proposed services, which will be obtained by negotiated Firm Fixed Price Contract, is for Architect/Engineer services for Type II Independent External Peer Reviews within the USACE Civil Works Mission Boundaries. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum cumulative contract value for the contract is $8,000,000. The contract period is a three year base with a two year option. The top ranked firm will be awarded the contract. If necessary, the secondary selection criterion will be used as a tiebreaker between firms considered technically equal. Estimated start date is May 2010. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2. PROJECT INFORMATION: The U.S. Army Corps of Engineers requires technical services in support of Section 2035 of the Water Resources Development Act (WRDA) of 2007. Section 2035 of WRDA 2007 requires a Type II Independent External Peer Review (IEPR) Safety Assurance Review (SAR) for the design and construction activities for hurricane and storm damage reduction and flood damage reduction projects. A safety assurance review under Section 2035 shall include a review of the design and construction activities prior to the initiation of physical construction and periodically thereafter until construction activities are completed on a regular schedule sufficient to inform the Chief of Engineers on the adequacy, appropriateness, and acceptability of the design and construction activities for the purpose of assuring public health, safety, and welfare. These IEPR panels shall include participation by individuals who are distinguished experts in engineering, hydrology, or other appropriate disciplines as discussed below. A/E services will consist of providing qualified individuals to participate on the IEPR panel for projects in various stages of design and construction at various locations in accordance with Section 2035 of the Water Resources Development Act (WRDA) of 2007. The government will specify for each task order which disciplines and which level of reviewer is required for each project IEPR panel. The awarded firm will submit for approval a proposed IEPR panel, including resumes, which meets the minimum requirements in the task order scope as well as the minimum requirements described in the Professional Qualifications section of the Selection Criteria below. 3. SELECTION CRITERIA: The specific selection criteria (a through d are primary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: All levels of reviewers described below shall be registered professional engineers or geologists in the United States, or similarly credentialed in their home country and must have earned an engineering or geology degree or must demonstrate through education and experience that they are a recognized or national expert in their field, must have a working knowledge of all applicable USACE design criteria, regulations and industry building codes, and must meet any additional requirements listed below for each specific discipline. A Master's degree in engineering, as well as hands-on relevant engineering experience in the listed disciplines will be given favorable consideration. Active participation in related professional societies will be given favorable consideration. All levels of reviewers described below shall have experience in design and construction of projects similar in scope to the project being reviewed. In addition, at least one of the reviewers on a given panel shall have recent and relevant experience on multi million dollar projects verifying the constructability of the proposed designs. For all disciplines described below, the awarded firms must have a minimum of one individual (either on staff or have the ability to subcontract an individual which meets the minimum requirements) for each of the following experience levels: Level 1 reviewers shall have a minimum of 7 years of general experience in their field; Level 2 reviewers shall have a minimum of 10 years of specialized experience in their field; Level 3 reviewers shall have a minimum of 15 years of specialized experience and are considered to be a recognized expert in their field. Level 2 and Level 3 reviewers shall also have relevant dam and levee experience (except for the Cost Engineers) and experience in failure mode analysis and risk assessment of large complex systems with emphasis on dam and levee safety issues. Resumes shall be submitted for a Level 1, Level 2 and Level 3 reviewer for each of the following disciplines: (1) Geotechnical Engineers shall have experience in the field of geotechnical engineering, analysis, design, and construction of embankment dams and levees. The Geotechnical engineers shall have experience in subsurface investigations, soil mechanics, retaining wall design, seepage & piping, slope stability evaluations, erosion protection design, and earthwork construction. The Geotechnical engineers shall have knowledge and experience in the forensic investigation of seepage, settlement, stability, and deformation problems associated with embankments constructed on karst, weathered rock, alluvial soils, glacial outwash, and other geological formations; (2) Instrumentation Engineers shall demonstrate extensive experience in installing, maintaining and monitoring instruments for geotechnical and structural engineering purposes. First hand knowledge of dam safety instruments, including but not limited to piezometers, inclinometers, tiltmeters, inverted pendulums, movement indicators, survey monuments, strain gages, flow meters, automated instrumentation, automated data acquisition systems, as well as the collection / reduction / presentation / evaluation of instrumentation data from these type instruments is critical to the position. Experience with the USACE Application WinIDP will be given favorable consideration; (3) Hydraulic Engineers shall have experience in hydraulic engineering with an emphasis on large public works projects, or be a professor from academia with extensive background in hydraulic theory and practice, with a minimum MS degree or higher in engineering. The Hydraulic Engineers shall have experience in the analysis and design of hydraulic structures related to flood control reservoirs including the design of hydraulic structures including spillways, outlet works, and stilling basins. The Hydraulic Engineers must demonstrate knowledge and experience with physical modeling and the application of data from physical model testing to the design of stilling basins and scour protection, and in the ability to coordinate, interpret, and explain testing results with other engineering disciplines, particularly structural engineers, geotechnical engineers, and geologists. In regard to hydrologic analysis, the Hydraulic Engineers must demonstrate knowledge and experience with the routing of inflow hydrographs through multipurpose flood control reservoirs utilizing multiple discharge devices, including gated sluiceways and gated spillways. The Hydraulic Engineers shall be familiar with Corps application of risk and uncertainty analyses in flood damage reduction studies and also have a familiarity with standard Corps hydrologic and hydraulic computer models used in drawdown studies, dam break inundation studies, hydrologic modeling and analysis for dam safety investigations; (4) Mechanical Engineers shall demonstrate extensive experience in machine design, machine rehabilitation, and familiarity with design of mechanical gates and controls for navigation and flood control structures; (5) Engineering Geologists shall be a senior-level person with extensive experience in the type of work being performed. The Engineering Geologists shall be proficient in assessing seepage & piping through and beneath dams constructed on or within various geologic environments, including but not limited to karstic and solution prone rock formations, fractured & faulted rock, as well as glacial materials. The Engineering Geologists shall be familiar with identification of geological hazards, exploration techniques, field & laboratory testing, and instrumentation. The Engineering Geologists shall be experienced in the design of grout curtains & cutoff walls and must be knowledgeable in grout rheology, concrete mix designs, and other materials used in foundation seepage barriers. When assessing a concrete gravity structure, the Geologists must possess additional proficiency in uplift pressures, rock mechanics, rock strength parameters development, and specialized techniques specific to grouting in galleries; (6) Civil Engineers with extensive experience in the design, layout, and construction of flood control structures including dams and levees. The Civil Engineers shall have demonstrated knowledge regarding hydraulic structures, erosion control, earthwork, concrete placement, design of access roads, and relocation of underground utilities; (7) Cost Engineers shall demonstrate extensive experience on the development of estimated construction costs & construction methods related to cutoff walls and concrete monoliths. The Cost Engineers shall be familiar with all applicable USACE regulations which particularly require an extensive knowledge of MCACES 2nd Generation (MII) estimating software package and the Civil Works Work Breakdown Structure (CWWBS) as well as a substantial understanding of critical path project scheduling. The Cost Engineers shall be a licensed Professional Engineer, Certified Cost Consultant/Certified Cost Engineer, or Certified Estimating Professional; (8) Materials Engineers shall have a Masters Degree in Materials Engineering and shall demonstrate extensive knowledge in mix designs and materials for mass concrete placements. The Materials Engineers shall also have experience in preparing plans and specifications and field applications of mass concrete placements; (9) Structural Engineers shall demonstrate extensive experience and be proficient in performing stability analysis using limit equilibrium analysis, in the design of post tensioned high strength steel anchors to stabilize mass concrete gravity dams and structures, in the stability analysis and structural design of mass concrete scour protection and stilling features including the design of baffles, end sills, and training walls; (10) Resumes should be submitted for two project managers, both shall be a registered engineer or geologist with a minimum of 5 years project management experience. Resumes for each individual shall include: Prior work experience related to the above discipline descriptions, years of experience in related field, degree(s) obtained as well as year and school in which the degree was obtained, professional registrations and/or licenses held, documents published by major journals or organizations in their field of work. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and published documents. Resumes should indicate the project role of the individual in their submission and the individuals may not be assigned more than one role in this submission. b) Specialized Experience and technical competence in the expected activities identified above. Only resumes identifying the professionalism and specialized experience of key members of the IEPR panel are necessary. Other available personnel may be specified in paragraph H of the SF 330. In addition, the following must be addressed in paragraph H of the SF330; a brief task order Quality Management Plan including an explanation of the firms management approach; Management of subcontractors (if applicable); quality control procedures for deliverables and electronic documents; 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). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract will require multiple review panels to work individual task orders at various locations simultaneously. d) Past performance on DoD and other contracts to include cost control, quality of the work and compliance with performance schedules. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. Questions about the Dun & Bradstreet number should be directed to Marilyn Kells (ACASS/CCASS/CPARS Program Analysis Officer) at (503-808-4590). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 7 May 2010. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267, ATTN: Sarah Ignacio. Contracting Point of Contact: Sarah Ignacio at (502) 315-6174, Email: sarah.k.ignacio@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0038/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02117122-W 20100410/100408235643-1c5c88e5b6d57851773bd9e00020b451 (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.