Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

C -- IDIQ A-E CONTRACT FOR GEOTECHNICAL AND CONSTRUCTION MATERIAL SAMPLING, TESTING, SURVEYING, ANALYSIS AND DESIGN FOR MILITARY, CIVIL OR ENVIRONMENTAL PROJECTS LOCATED WITHIN THE SOUTHWESTERN DIVISION (SWD) BOUNDARIES

Notice Date
9/23/2011
 
Notice Type
Presolicitation
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-11-R-0072
 
Response Due
10/25/2011
 
Archive Date
12/24/2011
 
Point of Contact
Diane Cianci, 918-669-7458
 
E-Mail Address
USACE District, Tulsa
(diane.cianci@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: General: This A-E Services Contract is being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside as "Unrestricted" under NAICS code 541330, engineering services. If a large business is selected for a contract, 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. For informational purposes, the subcontracting goals for the Tulsa District for Fiscal Year 2011 are 35% for small business (SB), 18% for small disadvantaged business (SDB), 6% for woman-owned small business (WOSB), 3.2% for service-disabled veteran-owned small business (SDVOSB), and 10.5% for HUBZone small business; however goals are subject to change and large businesses must comply with the goals in effect at the time of contract award. The contract is anticipated to be awarded about December 2011. It is anticipated that one (1) contract will be awarded from this announcement. The contract award is for $7,500,000 and will have a 2-year base period ($3,000,000) and three 1-year option periods ($1,500,000 each). A Minimum Guarantee amount of $5,000 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Tulsa District and the Tulsa District may elect to transfer capacity to other USACE Districts in support of assigned programs. a. Contract Award Procedure: Before a business is proposed as a potential contractor, they must be registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site at http://www.ccr.gov. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. c. Place of Performance: Projects are anticipated to be primarily in support of the U.S. Army Corps of Engineers Southwestern (SWD) Boundaries. Task Orders under the resultant IDIQ contract may be awarded for projects only in the geographic area of Southwestern Division (SWD) boundaries. 2. PROJECT INFORMATION: The following work may be expected under this contract: (a) Soil and rock laboratory testing assignments may include, but are not limited to, extrusion and preparation of up to 6-inch diameter undisturbed samples, classification, mechanical grain size analysis, water content, Atterberg limits, unconfined compression tests, 'Q' and 'R-bar' triaxial compression tests, permeability tests, including flexible wall permeameter tests, and compaction tests. Materials testing assignments may include testing of aggregate, stone, bituminous, and concrete materials, including 3-point flexural strength testing of concrete. Geotechnical and materials construction quality assurance testing may also be required. Tests shall be performed in accordance with the methods presented in EM 1110-2-1906 'Laboratory Soils Testing' and with applicable ASTM and AASHTO test methods. Computation and compilation of geotechnical and materials test results will be required. Engineering reports and laboratory data shall be submitted electronically in Microsoft Word and Excel formats. Boring logs and drawings shall be furnished in a CADD format which is fully compatible with the Microstation CADD software (Version V8 or later); in addition pdf files and hard copies of all submittals shall be provided. The Contractor may be required to produce cost estimates using Corps of Engineers Computer Aided Cost Estimating System (M-CACES Gold, software provided, latest version), prepare specifications using SPECSINTACT Software, and GIS files for input to ESRI graphic systems (b) Field investigation assignments may include, but are not limited to, topographic surveying to define areas of work and/or locate borings; full service drilling including specialized drilling situations such as investigations at ex-isting embankment dams or environmental HTRW sites and drilling in areas which are difficult to access (marsh, soft ground, or heavily forested); rock, soil and/or materials sampling, including the recovery of 6-inch diameter undisturbed soil samples by Denison barrel, Pitcher sampler, or other comparable samplers; rock pressure testing for determination of water intake; geologic mapping of existing surface conditions and/or exposed foundation conditions; hydrogeologic investigations and interpretation which may include installation of wells and/or piezo-meters; plugging and abandonment of monitor wells; geophysical explorations and interpretations; vibration mon-itoring; pile load testing; subsurface plate bearing tests; and evaluation of existing roadway and airfield pavements. (c) Geotechnical engineering work may include, but is not limited to, foundation design; roadway and airfield pavement design; HTRW containment design; borrow investigations; design and inspection of earth embankment structures; design of cut slopes and channels; seismic analysis of structures; presentation of data and designs in report form; and construction monitoring. (d) On-site laboratories may be required in support of construction activities. The laboratory may be a temporary structure provided by the Contractor or a permanent structure provided by the Government. Establishment of the laboratory may require providing utility hookups, testing equipment, supplies, office equipment, and personnel to perform the tests, as required by the individual task order. Temporary structures will be removed at the end of the work unless otherwise approved by the Contracting Officer. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(g) are primary criteria; item (h) is secondary and is used as a tie-breaker among technically equal firms. (a) Specialized work experience and technical competence of the firm and its key personnel to perform the servic-es listed above. Firm (both prime and/or sub-contract laboratories completing testing) must be Corps of Engineers (COE) certified in accordance with ER 1110-1-261 and ER 1110-1-8100 or demonstrate capability of achieving certi-fication via past certification or documented inspections and certification from other Federal or State agencies. Firm must be certified prior to performing actual work. Firm must also be compliant with ASTM C 1077, ASTM D 3740, ASTM D 3666, and ASTM E 329. Firm shall provide documentation demonstrating compliance with these specifications as part of the SF 330 submittal. Firm must include a Quality Assurance and Management Plan with the SF 330 submittal. Include a list of testing capabilities for the primary laboratory and secondary laboratories which will be used to accomplish the soil, rock, and materials testing under this contract as part of the SF 330 submittal. (b) Capacity (personnel and equipment) to accomplish work in the required time. The firm must demonstrate ca-pacity to perform three (3) simultaneous task orders of varying type, magnitude and location. The firm should demonstrate ability to provide the following minimum personnel to perform work per task order: three soils lab technicians; two geotechnical design engineers; one engineering technician; one CADD draftperson ; one 2-person survey crew; and two drill crews. Firm must demonstrate capacity to produce CADD drawings which are fully com-patible with the Microstation CADD software, Version 8117433 or latest version. Firm must be able to provide the following minimum equipment to be utilized for the overall project: two core drill rigs with off road access capabili-ty; one wireline type drill rig with a minimum 200-ft depth capability; and one drill rig Failing 1500 or equivalent capable of collecting undisturbed samples. (c) Professional qualifications necessary for satisfactory performance of required services. Firm must have expe-rienced personnel, including but not limited to, professional engineers, geologists, land surveyors and drillers regis-tered/licensed in the states of OK, KS, TX, and AR. (d) Past Performance. Includes performance on DoD and other contracts in terms of quality of work, compliance with delivery schedules, history of working relationships with subcontractors, timely technical support, and overall cooperativeness and responsiveness. Provide a brief narrative that demonstrates past performance and indicates effectiveness on contracts with government agencies and private industry in terms of the elements above. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. Firms may also provide information on problems encountered in prior contracts and discuss actions taken to re-medy unsatisfactory performance. Identify recent awards, commendations, and other performance evaluations outside of ACASS. (e) Knowledge of the geographic area. Knowledge and experience of drilling, testing, and design for expansive soils and clay shale materials and knowledge of geologic features, sample and data collection procedures, and testing requirements for the Oklahoma, Kansas, Northern Texas, and Western Arkansas, region will be a consideration. (f) Location of the firm in the general geographic area of the Tulsa District will be a consideration along with the proximity of the testing laboratory with respect to the Tulsa District Headquarters. This is a requirement because undisturbed soil and rock cannot be delivered to the testing laboratory by commercial freight. (g) Past performance on contracts with Government agencies and private industry. Firm must demonstrate its past performance in the accomplishment of similar work. Items to be addressed are: 'Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (h) Degree of participation of Small Businesses (including Woman-Owned Small Businesses), Small Disadvantaged Businesses, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the total contract effort. 4. SUBMISSION REQUIREMENTS: `Submittals must be submitted to U.S. Army Corps of Engineers, Attn: Ms. Diane Cianci, 1645 S. 1645 S. 101st East Avenue, CECT-SWT-E, Room 350, Tulsa, OK 74128-4609, no later than 2:00 p.m. on 25 October 2011. (a) Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (Central Time) on the response date listed above. The date and time are strictly enforced and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present an organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qua-lifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Dis-abled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offic-es as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the mi-nimums stated above in paragraph 3b. Resumes shall not exceed one page. (f) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one page per project. (g) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subpara-graphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars (see 3(e) above), provide an itemized sum-mary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (j) In Section H, Part I, SF 330 Generally, describe the firm's Quality Management Plan (QMP). A project-specific de-tailed QMP must be prepared and approved by the Government as a condition of contract award, but is not re-quired with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as 2 pages, and print type used in charts, graphics, figures and tables may be smaller than 11 font but must be clearly legible. Foldouts are not allowed and shall not be considered. (k) Personal visits or telephone calls to discuss this announcement will not be entertained. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Diane Cianci (918) 669-7458. This is not a request for proposal. In accordance with FAR clause 52.219-14 Li-mitations on Subcontracting for services, "At least 50 percent of the cost of contract performance incurred for per-sonnel shall be expended for employees of the concern."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-11-R-0072/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN02591215-W 20110925/110924000738-5cea0b8c94b6a816971a741c5fffa34c (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.