SOURCES SOUGHT
C -- INDEFINITE DELIVERY A-E CONTRACT FOR DAM SAFETY MONITORING
- Notice Date
- 4/28/2004
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P9-04-R-0703
- Response Due
- 5/28/2004
- Archive Date
- 7/27/2004
- Point of Contact
- Jean Beausang, 314-331-8512
- E-Mail Address
-
Email your questions to US Army Engineer District, St. Louis
(Jean.Beausang@mvs02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION. Services of qualified A-E firms are sought to provide professional engineering services for all aspects of dam safety monitoring performance and stability of Civil Works structures. Emphasis is placed on Automated Data Acqui sition Systems for structural and geotechnical instrumentation, although some services on manually read instrumentation may be required. This contract is intended primarily for projects within the geographical boundary of the Mississippi Valley Division. However, work may be awarded for projects located outside the above-related geographical boundary on an excepted basis as determined by the Contracting Officer. One indefinite delivery contract will be negotiated and awarded, with a single contract perio d of three years. The amount of work in the contract period will not exceed $1,000,000. Work will be issued by negotiated firm fixed-price task orders not to exceed the contract period amount. Anticipated contract award is December 2004. This announcem ent is open to all businesses regardless of size. If a large business is selected for this 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. The subcontracti ng goals for this contract are that a minimum of 57.2 percent of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10.0 percent with SDB, and 10.0 percent with women owned bus iness, 3.0 percent with HUB Zone Small Businesses and 3.0 percent with Service-Disabled Veteran-Owned Small Businesses. A subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION. The primary location for work is the Mississippi Valley Division however the St. Louis District Office is authorized to perform work for any Corps of Engineer facility that needs assistance with geotechnical and structural monitori ng of structures. The anticipated needs include 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 reliable instrumentation hardware and software. Other tasks could include conducting periodic inspections and preparing reports. Task orders under this contract could address any one or a combination of the above tasks. 3. EVALUATION FACTORS. Evaluation factors are in descending order of importance, first by major criterion and then by sub criterion. Criteria a-d are primary. Criteria e and f are secondary and will be used a tie breakers among technically equal firms. a. Specialized Experience and Technical Competence: (1) Design, install, integrate, and operate dam safety instrumentation systems with current technology; (2) Have a thorough knowledge of the function, behavior, and design of earth embankment dams and navigation structures, and a thorough knowledge of dam safety instrumentation; (3) Troubleshoot, test, calibrate, maintain, and repair existing manually-operated and automated systems. Systems used by the St. Louis District Corps of Engineers are Geomation, Campbell Scientific, and Telog Instruments. Experience with various transd ucers must be demonstrated. Transducers used by the St. Louis District Corps of Engineers are Geokon (pressure and crackmeter), Druck (pressure), Roctest Safe Tel Top (plumbline), Lucas-Schaevitz (LVDT), and Data Instruments (pressure). Transducer calibr ation must be validated with adjacent manual instrumentation. Troubleshooting of RF radio communications and power supplies (solar and AC) may be required. Unique customized solutions beyond the capabilities of the dataloggers and transducers listed abov e may need to be developed to monitor new dam safety concerns. (4) Operate, integrate, modify Corps of Engineers soft ware WINIDP (program) which utilizes a 32-bit Windows operating system with MS SQL Server and Sybase SQL Anywhere database engines; plotting is accomplished with Excel and Grapher; (5) Analyze and evaluate dam safety instrumentation data to determine the condition of the structure. Make remedial action recommendations based on instrumentation analysis; (6) Investigate alternatives and create unique solutions for special monitoring applications; (7) Conduct engineering inspections of Corps of Engineers structures, including bridges, and prepare inspection reports; (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: Microsoft Word, Excel and Outlook. b. Capacity. Capacity of the firm to furnish equipment and personnel to accomplish up to three task orders simultaneously ($100,000 or more capacity each) in a one-year period for delivery of a quality product on a timely schedule, and capacity to perfor m approximately $1,000,000 in work of the required type in a three-year period. Engineer disciplines include: instrumentation, geotechnical, structural, civil, electronic or electrical, mechanical and materials. Other required disciplines include geologi sts, computer programmers, civil and electronic technicians, computer hardware technicians, drafting persons, and word processing operators. Evaluation will consider the availability of an adequate number of key personnel and equipment availability, as we ll as the extent of in-house facilities versus subcontracting needs. c. Professional Qualifications: The evaluation is to consider the education, training, registration, certification, overall and relevant experience, and longevity with the firm of key personnel. Work must be performed under the supervision of a register ed 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 primarily determined from ACASS data. e. 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. Volume of DOD contracts awarded in the last 12 months. 4. SUBMISSION REQUIREMENTS. Firms having capabilities to perform this work and desire to be considered must submit a completed SF 254 and SF 255 (11/92 Edition) and appropriate data. Only SF 255's received in this office within 30 calendar days from the d ate of notice will be considered. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information, call 503-326-3459 . Multiple copies of the SF 254/255's are not required. No notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal. 1. CONTRACT INFORMATION. Services of qualified A-E firms are sought to provide professional engineering services for all aspects of dam safety monitoring performance and stability of Civil Works structures. Emphasis is placed on Automated Data Acquisition Systems for structural and geotechnical instrumentation, although some services on manually read instrumentation may be required. This contract is intended primarily for projects within the geographical boundary of the Mississippi Valley Division. However, work may be awarded for projects located outside the above-related geographical boundary on an excepted basis as determined by the Contracting Officer. One indefin ite delivery contract will be negotiated and awarded, with a single contract period of three years. The amount of work in the contract period will not exceed $1,000,000. Work will be issued by negotiated firm fixed-price task orders not to exceed the con tract period amount. Anticipated contract award is December 2004. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcont racting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 57.2 percent of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvanta ged businesses (SDB), 10.0 percent with SDB, and 10.0 percent with women owned business, 3.0 percent with HUB Zone Small Businesses and 3.0 percent with Service-Disabled Veteran-Owned Small Businesses. A subcontracting plan is not required with this submi ttal. 2. PROJECT INFORMATION. The primary location for work is the Mississippi Valley Division however the St. Louis District Office is authorized to perform work for any Corps of Engineer facility that needs assistance with geotechnical and structural monitori ng of structures. The anticipated needs include 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 reliable instrumentation hardware and software. Other tasks could include conducting periodic inspections and preparing reports. Task orders under this contract could address any one or a combination of the above tasks. 3. EVALUATION FACTORS. Evaluation factors are in descending order of importance, first by major criterion and then by sub criterion. Criteria a-d are primary. Criteria e and f are secondary and will be used a Tie breakers among technically equal firms. a. Specialized Experience and Technical Competence: (1) Design, install, integrate, and operate dam safety instrumentation systems with current technology; (2) Have a thorough knowledge of the function, behavior, and design of earth embankment dams and navigation structures, and a thorough knowledge of dam safety instrumentation; (3) Troubleshoot, test, calibrate, maintain, and repair existing manually-operated and automated systems. Systems used by the St. Louis District Corps of Engineers are Geomation, Campbell Scientific, and Telog Instruments. Experience with various transd ucers must be demonstrated. Transducers used by the St. Louis District Corps of Engineers are Geokon (pressure and crackmeter), Druck (pressure), Roctest Safe Tel Top (plumbline), Lucas-Schaevitz (LVDT), and Data Instruments (pressure). Transducer calibr ation must be validated with adjacent manual instrumentation. Troubleshooting of RF radio communications and power supplies (solar and AC) may be required. Unique customized solutions beyond the capabilities of the dataloggers and transducers listed abov e may need to be developed to monitor new dam safety concerns. (4) Operate, integrate, modify Corps of Engineers software WINIDP (program) which utilizes a 32-bit Windows operating system with MS SQL Server and Sybase SQL Anywhere database engines; plotting is accomplished with Excel and Grapher; (5) Analyze and evaluate dam safety instrumentation data to determine the condition of the structure. Make remedial action recommendations based on instrumentation analysis; (6) Investigate alternatives and create unique solutions for speci al monitoring applications; (7) Conduct engineering inspections of Corps of Engineers structures, including bridges, and prepare inspection reports; (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: Microsoft Word, Excel and Outlook. b. Capacity. Capacity of the firm to furnish equipment and personnel to accomplish up to three task orders simultaneously ($100,000 or more capacity each) in a one-year period for delivery of a quality product on a timely schedule, and capacity to perfor m approximately $1,000,000 in work of the required type in a three-year period. Engineer disciplines include: instrumentation, geotechnical, structural, civil, electronic or electrical, mechanical and materials. Other required disciplines include geologi sts, computer programmers, civil and electronic technicians, computer hardware technicians, drafting persons, and word processing operators. Evaluation will consider the availability of an adequate number of key personnel and equipment availability, as we ll as the extent of in-house facilities versus subcontracting needs. c. Professional Qualifications: The evaluation is to consider the education, training, registration, certification, overall and relevant experience, and longevity with the firm of key personnel. Work must be performed under the supervision of a register ed 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 primarily determined from ACASS data. e. 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. Volume of DOD contracts awarded in the last 12 months. 4. SUBMISSION REQUIREMENTS. Firms having capabilities to perform this work and desire to be considered must submit a completed SF 254 and SF 255 (11/92 Edition) and appropriate data. Only SF 255's received in this office within 30 calendar days from the d ate of notice will be considered. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information, call 503-326-3459 . Multiple copies of the SF 254/255's are not required. No notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal.
- Place of Performance
- Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Country: US
- Zip Code: 63103-2833
- Record
- SN00575490-W 20040430/040428221855 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |