SOLICITATION NOTICE
C -- Proposed Selection of Architect-Engineer (A E); Indefinite Delivery/Indefinite Quantity Contract for Geotechnical Engineering Services - Unrestricted
- Notice Date
- 7/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-15-R-0058
- Response Due
- 8/31/2015
- Archive Date
- 9/30/2015
- Point of Contact
- Stephen Jones, 9783188968
- E-Mail Address
-
USACE District, New England
(stephen.e.jones@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1.CONTRACT INFORMATION: NAE plans to award an Indefinite Delivery/Indefinite Quantity Contract (IDIQ) for geotechnical engineering services, 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. North American Industrial Classification System (NAICS) Code is 541330. Work will primarily be performed within the boundaries of the New England District, but work may also be required at other locations within the boundaries of the North Atlantic Division. The contract will be negotiated and awarded with a five-year ordering period. The amount of the contract will not exceed $4,000,000. Work will be issued by negotiated firm-fixed-price task orders. Award of this contract to the subsequently selected firm is anticipated in November 2015. The contract minimum guarantee is $50,000 over the life of the contract. 2.PROJECT INFORMATION Geotechnical Engineering services primarily at various locations in the Corps New England District (ME, MA, NH, CT, VT, and RI), but could also include other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division's mission areas (NY, PA, NJ, DE, MD, VA, WV), and the District of Columbia. The A-E services that could be required under this contract include geotechnical investigation, studies and design leading to remediation and construction of civil and military projects, including: flood risk management structures such as large dams, levees and channels; facilities and buildings; shoreline and river protection projects; and urban/habitat restorations. These services are for use mainly within the Corps of Engineers, New England District (NAE) military and civil boundaries, and for any NAE customers or within NAD boundaries, as determined by the Contracting Officer. Project work may include land and marine geological and geophysical investigations; drilling and sampling (including but not limited to sonic and rotary wash drilling methods); in-situ testing; soil and rock laboratory testing (using only Corps validated laboratories); material properties and index testing; seepage, stability and seismic analyses; data management; geologic cross-sections; detailed assessment and/or risk assessments of dams or levees; developing foundation design/construction parameters; designs for dam and levee safety remediation including but not limited to large embankments, floodwalls, channels, cutoff walls, drainage systems, relief wells; design of dewatering systems; design and installation of geothermal wells; design and installation of water supply wells; and development of construction plans and specifications, quantities, plans, and cost estimates. The work may also include assessment of instrumentation data including but not limited to, geospatial, piezometer responses, inclinometer responses, water temperature, tilt plates, water elevations (inflow and outflow), as a minimum. The assessments may include geospatial relational database development or web based applications to report the data. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders. A specific scope of work and services will be issued with each task order issued under this contract. The Government will only accept the final product for full operation, without conversion or reformatting. All project deliverables shall be prepared in the following formats: Drawing/CADD files: Bentley MicroStation V8i; Text Files: MS Word 7; Spreadsheet files: MS Excel 7; Borehole Logs: gINT V8i; Slope, seepage, seismic stability: GeoStudio 2007; Relational Database: Oracle 12c; Web Design: HTML5 and Adobe Flash; GIS: Arc GIS 10.1; Specifications: SpecsIntact with the Extensible Markup Language (XML) using the Unified Facilities Guide Specifications (UFGS); Use the latest version of M II (cost engineering software as provided by the Government and licensed to the firm) for development of construction cost estimates; All project deliverables shall be made in the native software, as well as in Adobe Acrobat pdf format, as applicable. 3.SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criteria). Criteria a-e are primary factors. Criteria f-h are secondary factors and will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. (a)Specialized Experience and Technical Competence. Firms must demonstrate Specialized Experience and Technical Competence in: 1. Earth Embankment Dam and Levee Design, Evaluation, Inspection and Construction, including seepage, stability, seismic and deformation analyses and design of special foundation treatments such as grouting and slurry wall cutoffs. 2.Evaluation of Earth and Rock Structures using conventional and finite element analyses. 3.Designing, Performing and Inspecting Subsurface Geotechnical Investigation and Testing Programs. 4.Risk and Reliability Evaluation of Earth Structures. 5.Embankment Instrumentation, Monitoring and Evaluation. 6.Seismic evaluation of structures. 7.Investigation, Analysis, and Determination of Groundwater Flow Patterns, Properties, and Hydraulic Parameters. 8.Design and development of relational geodatabases and web portals. 9.Geophysical Investigations including Surface Geophysics and Borehole Geophysics to Determine Physical, Chemical, hydrological and Other Environmental Parameters of Subsurface Soils, Bedrock, and/or Groundwater and Interpret Subsurface Geology. 10.Hydraulic and Hydrologic evaluations. 11.Study and Design Utilizing Structural, Mechanical, Electrical and Civil Engineering. 12.Design and Installation of Geothermal Systems. 13. Design and Installation of Water Supply Wells 14.Preparing Foundation Drawings, including geologic cross-sections. Information contained in the SF 330 Part I, Sections E & F will be the primary basis for evaluation against this criteria. Projects in which the firm's work was completed in the last five years will be given more consideration. (b)Professional Qualifications (1) The firm must have on staff (or provide through a consultant[s]) personnel licensed as registered professional engineers and professional geologists(as applicable) in all six New England District states (ME, NH, VT, MA, CT, and RI). The firm must also include a statement that they have the ability to obtain Professional Engineering and Geologists(as applicable) registration in all other NAD states (identified above) and the District of Columbia in a timely manner if required. Firms not meeting this requirement will be considered unqualified. (2) The firm must have on staff (or provide through a consultant[s]), professional engineers with demonstrated geotechnical, structural, mechanical, electrical and civil engineering expertise and scientific personnel to accomplish the work specified above. (c)Past Performance. The firm must possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules as determined by information pulled from the Past Performance Information Retrieval System (PPIRS) and other sources. (d)Capacity to Accomplish the Work. The firm must demonstrate the capacity to execute the full value of the contract over the ordering period - accomplishing multiple task orders concurrently while maintaining quality and schedule. A firm will be evaluated on the available capacity of key personnel from the prime firm and its team. The prime firm must have the capacity to perform at least 51% of the work themselves over the life of the contract in order to meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14, quote mark Limitations on Subcontracting quote mark. The firm should address how they will meet this requirement based upon the assumption that the items listed under quote mark Specialized Experience and Technical Competence quote mark above constitute the preponderance of the work to be performed under this contract. (e)Knowledge of the Locality. The firm must demonstrate knowledge of local soils and geology of the New England States. (f)Small Business (SB) and Small Disadvantage Business (SDB) Participation. Higher consideration will be given to the firms that identify their small business team members and their commitment to utilize SBs and SDBs. Use of historically black college and university and minority institutions (HBCU/MI's) is also encouraged. (g)Geographic Proximity. Location of the firm's office(s) as well as those of their team in the general geographical area of the six New England states. (h)Equitable Distribution of DoD Contract. Firms shall indicate the volume of DoD A-E contracts awarded to the prime or Joint Venture in the last 12 months. The information will be verified and updated during the interviews with the most highly qualified firms. The equitable distribution of DoD A-E contracts among firms, including SB and SDB will be considered. 4.SUBMISSION REQUIREMENTS: Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Jessica Loc, not later than the close of business on 31 August, 2015. Facsimile transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. On the SF 330, Part I, Block F, example projects shall be listed in order of relevance to the type of work anticipated to be performed under this contract. In the SF 330, Part I, Block F, Box 24, provide the following information for each project: month/year the firm's work started and completed; total contract value of the firm's work; physical size of the designed facility; and construction cost as applicable. In the SF 330, Part I, Section H, provide the firm's proposed management approach for this contract including their approach for ensuring the quality of work performed by their subcontractors. In the SF 330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence are being sought as well as documentation to support past performance selection criteria. Copies of applicable certificates and/or awards may also be provided. Please submit two copies and one electronic copy of all submissions. The SF 330, Part I, shall have a page limit of 50 pages (8.5 quote mark x 11 quote mark ). Each side of a sheet of paper is a page. Font size shall not be less than 10 font and the margins for pages that supplement the SF 330 forms shall not be less than one inch. The New England District does not retain SF 330 Part IIs on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management (SAM) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.sam.gov/potrtal/public/SAM/ or by telephone at 1-866-606-8220. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries or other entities, visit http://fedgov.dnb.com/webform/ or call Dun and Bradstreet at 1-866-705-5711. For any general or administrative questions, contact the contract specialist, Ms. Loc, at 978-318-8678 or via email at Jessica.R.Loc@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-15-R-0058/listing.html)
- Place of Performance
- Address: Various Locations within the New England District (ME, MA, NH, CT, VT, and RI) and North Atlantic Division's mission areas (NY, PA, NJ, DE, MD, VA, WV)...
- Zip Code: .
- Zip Code: .
- Record
- SN03815795-W 20150731/150730000403-70c9fba1551c8a71955fd1ed282faed1 (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 |