Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOLICITATION NOTICE

C -- GEOTECHNICAL DESIGN AND RELATED SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
11/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-08-R-0015
 
Response Due
12/20/2007
 
Archive Date
2/18/2008
 
Point of Contact
R. David Williams, 907-753-5571
 
E-Mail Address
Email your questions to US Army Corp of Engineers, Alaska
(r.david.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on December 20, 2007. This is not a request for proposal. This Indefinite Delivery contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 5413 30, which has a size standard of $4,500,000 in average annual receipts. To receive award contractors must be registered in the CCR. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcon tracting plan for that part of the work it intends to subcontract. We have not yet received FY08 Small Business Goals. The FY 07 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses; with 8.8% of that to small disadvantaged businesses; 7.3% to woman-owned small businesses; 3.1% to HUB Zone small businesses; and 1.5% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. The contract shall be an indefinite delivery firm fixed price with a contract limit is $5,000,000 over a term of five years. There is no specific task order limit except the limit of the contract. Contract award is anticipated for the second quarter of FY 2008 (Jan  Mar 2008). All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. In addition, no projects are yet authorized and no fun ds are presently available. This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Applicati on (ORCA). Register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor necessary. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include planning of geotechnical investigations at contaminated or uncontaminated sites, conducting office studies and supervising field geotechnical investigation using either Government furnished, in-house, o r subcontracted drilling personnel and drilling equipment as directed by the government, furnishing of sampling supplies and instrumentation, developing and implementing chemical sampling and analysis plans, conducting field work for soil and groundwater s ampling, chemical QA/QC, writing work plans and health and safety plans, shipping to and testing of samples at Corps approved laboratories, performing chemical data review consistent with USACE and ADEC protocols, design of foundations and embankments, gro undwater studies, geophysical studies, aerial photo interpretation, material source evaluations and preparation of plans and specifications for geotechnical projects, provide expert witness on geotechnical matters, reviewing and interpreting chemical sampl ing analysis. Arctic design experience is required of both in-house and subcontracted personnel. Firm may be required to send staff to provide geotechnical st aff assistance to Korea, Hawaii, or Japan. The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform to and are compatible with the Alaska District CAD systems through the life of this contract , for all projects. The firm must also demonstrate ability to and use the DR. CHECKS (review comment system) via electronic means for Army projects. DR. CHECKS programs shall be furnished by the Government. Firms should have access to laboratories which are validated under NELAC and ADEC. The lab facilities will require Corps of Engineers approval for all required testing. The approval is based on the status of the NELAC validation, the status of the USACE Self Declaration Letter and any variations th ereof, which must be on file at the Alaska District prior to sample submission. 3. LOCATION: Various Locations, Primarily Alaska. 4. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance: Criteria A-F are primary selection criteria: (A) Professional personnel in the following disciplines: (evaluated equally) (1) Two (2) civil engineers with at least 5 years geotechnical experience each and at least one engineer being a registered professional, o ne engineering geologist with at least 5 years experience; Two (2) field geologists or engineer technicians trained in hazardous site work in accordance with 29 CFR 1910; minimum of one (1) senior chemist with at least 5 years of experience; One (1) field chemist with at least 1 year field sampling experience and trained per 29 CFR 1910 and meet the definition of a State of Alaska ADEC qualified person (18 AAC 75.990); One (1) hydro-geologist; and One (1) geophysicist. Responding firms MUST address each di scipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) for each subcontractor as necessary. (B) Specialized experience and technical competence in: (evaluated equally) (1) Planning and carrying out geotechnical s ite investigations; (2) Preparing geotechnical designs; (3) Evaluation of material sources, in particular, rock quarries; (4) Planning and carrying out geophysical investigations on land and water; (5) Arctic and sub-arctic geotechnical investigations and designs. (C) Knowledge of locality: staff with knowledge of Alaskan geology, weather, and water; (D) Availability to meet frequently with Corps personnel at the Alaska District Headquarters in Anchorage, and the ability to mobilize to Alaskan sites on sho rt notice; (E) Capacity to maintain schedules and accomplish required work on three simultaneous task orders; (F) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (G) Specialized exp erience and technical competence in Corps HTRW-type work; NOTE: Criteria (H)-(J) are secondary and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary sele ction criteria in descending order of importance are: (H) SB and SDB Participation. (I) Geographic Proximity. (J) Volume of DoD Contract Awards. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must includ e the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H(3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, a nd may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which inc ludes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not require d with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the add ress indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISITORS TO EL MENDORF AFB: NOTE: BE ADVISED THAT DUE TO BASE SECURITY MEASURES, YOU WILL NEED EXTRA TIME TO PROCESS THROUGH THE GATE. You are required to have the following to obtain a base pass: current Anchorage emissions control inspection certificate, driver's lic ense, DOD ID card (if applicable), proof of insurance, Alaska vehicle registration, and Contracting Division point of contact/telephone number. In addition, contractor must submit a request for pass at least 48 hours prior to desired date and time of base entry. For a day pass request, please contact Roger D. Williams, at 907-753-5571 or e-mail request to r.david.williams@usace.army.mil. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01455981-W 20071122/071120224127 (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.