Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2007 FBO #1956
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity A-E Contract for Site Specific Geotechnical Design Services, Lake Isabella, CA

Notice Date
4/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-R-0023
 
Response Due
5/4/2007
 
Archive Date
7/3/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A-E services are required to perform for investigation and studies leading to design and construction for flood management structures including dams, channels, and associated appurtenant structures for the Isabella Dam. Project support includes perfor ming investigations, field testing (including but not limited to soil and/or rock drilling and sampling; and various methods of geotechnical testing including seismic reflection/refraction, surface and down-hole shear-wave testing), field stress/strain mea surement, seismic measurement, seismic parameter development, seismic modeling, seepage analyses and hydraulic conductivity, borrow investigations to determine suitability of material, design/construction parameters, development of methods to reduce exit g radients including but not limited to seepage berms, impermeable blankets, cutoff walls, subsurface drainage systems, relief wells, and sump pumps, analyzing for seismic response of the dams and associated appurtenant structures, development of methods to mitigate deformations and/or damage due to seismic activity, design of dewatering systems, and development of soil and/or rock design parameters for structures. Slope analysis includes stability analyses, settlement, seepage, erosion, and risk-based analy ses. Capabilities in other disciplines, such as surveying and aerial mapping, Geographical Information Systems (GIS), groundwater studies, Computer Aided Drafting Design (CADD), topographic and hydrographic survey, and MCACES Cost Engineering are also imp ortant elements of the proposed contract. Also included is the capability to perform detailed dam safety risk analyses (for both economic and life-loss) including analyses for potential operating restrictions. Other project support efforts including site reconnaissance, environmental and wetland assessments, wildlife and habitat assessments, and historical assessments in accordance with NEPA and SHPO are included as potential project requirements. Laboratory testing includes testing of disturbed and undi sturbed soil and rock samples, and also concrete or other structural element testing. Various types of geotechnical testing may be required including classification of all types of soils from organics to rocks, water content, specific gravity, density, re lative compaction, compaction testing, strength testing, and hydraulic conductivity testing. Other requirements include capability in hydrologic studies and investigations, including Probable Maximum Precipitation (PMP) calculation and Probable Maximum Fl ood (PMF) determinations, dam breach analysis and flood routing, inundation mapping, and performance of other hydrologic studies per Army Corps of Engineers Engineering Regulation ER 1110-2-1156 (draft). Design efforts may include, but are not limited to: design of large earth dam embankments, outlet works, spillways or spillway modifications made to safely pass the PMF, canals, and/or buildings or other dam remediation techniques, such as cutoff walls, jet grouting, dynamic compaction and other techniques . Engineering During Construction Support may also be required. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. The North American Industrial Classification System Code (NAICS) is 541330, which has a small business size standard of maximum $4.5 million of average annual receipts for its previous 3 fiscal years. This announcemen t is open to all firms. One contract will be negotiated and will be awarded within one year after the required response date to this announcement. The contrac t will be for maximum one-year base period from the date of award and will contain options to extend 4 additional periods. The contract amount for the base period and any option period will not exceed $4,000,000 for each period. The total contract amount shall not exceed $20,000,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Tota l Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within that years 12 month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period contract amount. Since more than one contract may be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awa rdees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firms strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of th e selection process will be included in the resultant contracts. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52,219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place s ubcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be a le ast equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). A detailed sub-contracting plan is not required to be submitted with the SF 33 0, however, the plans to do so should be specified in block H of the SF 330. Sacramento Districts recommended goal for work intended to be subcontracted is 51.2% for small business. The goal further states that of the 51.2% to be subcontracted to small business, 8.8% is for small disadvantaged business (subset to small business), 7.3% is for small business/woman owned (subset to small business), 3.1% for HUBZone small business (subset to small business) and 1.5% is for Service-Disabled Veteran-Owned Smal l business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and sta te their management structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.bpn.gov/CCRINQ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at https://orca.bpn.gov. Respondees should be award that under the awarded contract, performance evaluations will be prepared by the Government using the ACASS database. All contractors are required to access the database during the performance evaluation. A Department of Defense (DoD) PKI Certificat e is required for all DoD users and contractors accessing CPARS, ACASS, and CCASS. PKI Information: All DoD employees (military and Civilian), including DoD Contractors that are working on site (military/government facilities) or contractors working offs ite using Government Furnished Equipment (GFE) are eligible to obtain certificates from DoD PKI. If the contractor doesnt work on site or with GFE they will need to obtain certificates from an External Certificate Authority (ECA). External Certificate A uthority: External Certificate Authorities (ECAs) and Interim External Certificate Authorities (IECAs) provide digital certificates to the DoDs private industry partners, contractors using their own equipment or working in non-government facilities, alli ed partners, and other agencies. Approved ECA vendors: (1) Operational Research Consultants, Inc. (ORC) http://www.eca.orc.com ; (2) VeriSign, Inc. http://www.verisign.com/verisign-business-solutions/public-sector-solutions/ieca-eca-certificates/index.ht ml. 2. PROJECT INFORMATION: Task orders under this contract will use ASTM standards for soil classifications and Department of the Army criteria for geotechnical description of rock and rock masses, and A/E/C CADD Standards for drawings. The contractor s hall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD or MicroStation environment, although the majority of work shall be prepared in the MicroStation environment. GIS work may be field, desktop or Internet based. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be su bmitted in AutoCAD or MicroStation, in the same environment as designed in accordance with https://tsc.wes.army.mil/products/standards/aeguide/index.asp, per AE Deliverable Guidelines at https://tsc.wes.army.mil/products/standards/aeguide/aecadd.asp. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF or Computer-aided Acqu isition and Logistic Support (CALS) CCITT Group 4 raster format, as directed. The specifications will be produced in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoC AD software released 2004, or in MicroStation V8.5. The Government will only accept final documents found to be fully operational without conversion or reformatting. GIS Should be ESRI to be compatible with existing system being used on Isabella. Respon ding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepar ed using Corps of Engineers Computer Aided Cost Estimating system (MCACES Second Generation MII)(software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contr actor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A through D are primary. Criteria E through G are secondary and will only be used as tiebreakers among technically equal firms. A. Spec ialized Experience and technical competence in performing dam safety geotechnical jobs in each of the categories listed in the project information above. When applicable, significant expertise for work within the Sacramento District boundaries will be cons idered in determining the most highly qualified firms. B. Past performance on Corps of Engineers, DOD, and other contracts with respect to cost control, quali ty of work and compliance with performance schedule, all related to dam safety work. C. Qualified professional personnel who are certified, registered, and highly trained in the following key disciplines: Civil Engineer; Hydraulic Engineer; Geotechnical Engineer; Mechanical Engineer, Electrical Engineer, Geophysists, Cost Engineer; Hydrogeologist; Geologists; Seismologists; Surveyors; GIS Specialists; CADD Designers; and CADD Operators. The evaluation will consider education, training, registration, over all relevant dam safety experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations within the required timeframe, including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of Lake Isabella, Ker n County, CA. G. Extent of participation of small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated eff orts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific P roject for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 100 pages, not counting any div iding page used to identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role o n each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. The most highly qualified firms may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of busines s (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. POINT OF CONTACT: Ms. Rita Stalker (916) 557-7483. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the a gency.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01265277-W 20070405/070403223136 (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.