MODIFICATION
C -- Geotechnical and Geologic Engineering Services for USACE, Portland District - Amendment 2
- Notice Date
- 1/31/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-17-R-0016
- Archive Date
- 12/13/2016
- Point of Contact
- Ms. Regi Troullier, Phone: 5038084621, Elaine Gray-Frasure, Phone: 5038084635
- E-Mail Address
-
regi.troullier@usace.army.mil, Elaine.S.Gray-Frasure2@usace.army.mil
(regi.troullier@usace.army.mil, Elaine.S.Gray-Frasure2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 31 JAN 2017 SUBCONTRACTING PLAN AMENDT 31 JAN 2017 GEO 17-R-0016 31 JAN 2017 Synopsis for INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL AND GEOLOGIC ENGINEERING SERVICES FOR THE PORTLAND DISTRICT General Information Document Type: Synopsis/ Solicitation Notice Solicitation Number: W9127N-17-R-0016 (Previously W9127N-16-R-0025) Posted Date: December 21, 2016 Document Type: Synopsis Notice Synopsis Posted Date: December 21, 2016 Original Response Date: February 7, 2017 Current Response Date: February 7, 2017 Archive Date: February 7, 2018 Classification Code: C - Architect and Engineering Services NAICS Code: 541330 - Architect & Engineering Services Contracting Office Address The U.S. Army Corps of Engineers (USACE), Portland District 333 SW First Ave., Portland, OR 97204- 1. CONTRACT INFORMATION: The resulting contract will be an Architect-Engineer (A-E), Firm-fixed price Indefinite Delivery Contract (IDC), for Geological and Geotechnical Engineering Services. This IDIQ contract is being procured in accordance with the "Selection of Architect-Engineering Statute (formerly the "Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications outlined in Federal Acquisition Regulation (FAR) 36.602-1 and DFAR 236.602-1 for the required work. This synopsis will facilitate the award of one contract. The capacity of the contract is $10 million and the minimum guarantee amount is $5,000.00, with a duration of five (5) years starting from the award date. The maximum task order amount is expected to be $500,000, with an average task order amount being in the $150,000 range. North American Industrial Classification System Code (NAICS) is 541330, which has a current small business size standard of $15 million or less in average annual receipts over the last 3 years. The wages and benefits of listed services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act under http://www.wdol.gov, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Department of Defense (DOD) System for Award Management (SAM). Register via the SAM Internet Site at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220. THIS NEW ANNOUNCEMENT IS UNRESTRICTED AND IS OPEN TO ALL BUSINESSES REGARDLESS OF SIZE. The small business-related provisions of the National Defense Authorization Act of 2013 (NDAA), 13 CFR Parts 121, et seq. (2016) are applicable in this solicitation. The Act can be found at https://www.gpo.gov/fdsys/pkg/FR-2016-05-31/pdf/2016-12494.pdf 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 subcontracting plan IS NOT required with this synopsis submittal, but IS required as a part of the fee proposal of the firm selected for negotiations. See the attached letter, Attachment A1, for a sample subcontracting plan format. This information is provided to help you in the development of your team. The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District (CENWP). The CENWP may elect to transfer capacity to Seattle District (CENWS) and Walla Walla District (CENWW). The firm must be capable of responding to and working on multiple task orders concurrently. Work under this contract will be performed primarily in CENWP's area of responsibility (AOR), although work may be required in CENWS and CENWW as well. 2. PROJECT INFORMATION. A-E geotechnical engineering and engineering geology services for the evaluation, analysis, design, and inspection of civil works projects is needed. The location of work performed under this contract shall be stated in the individual Task Orders, and will primarily be CENWP's AOR although may be required in the CENWS and CENWW AORs as well. The Government expects the bulk of the Task Orders to be issued by CENWP. A-E services required include, but will not be limited to: a. Field investigations including geophysical explorations; groundwater and water well investigations; landslide investigations; drilling, sampling, and logging of soils and rocks from land and over water; and in-situ testing. b. Laboratory testing to determine soil and rock properties. c. Design and temporary installation of instrumentation including piezometers, monitoring wells, and inclinometers. d. Site characterization including geologic mapping, subsurface interpretations, evaluation of soil and rock conditions and properties, and groundwater conditions. e. Design of features to support construction activities, such as excavations, dewatering, and temporary retaining structures. f. Analysis and design for seepage, slope stability, shallow and deep foundations, retaining walls, embankments, and ground improvement. g. Analysis and design of rock masses including blasting, rock supports, rock slopes, rock foundations for structures, tunnels in rock, and foundation grouting. h. Seismic analysis and design including ground motion studies, seismic analysis of existing structures, and seismic design of new structures. i. Consulting on the analysis, design, and construction of roller-compacted concrete structures. j. Preparation of documents including geotechnical data reports, analysis reports, design documentation reports, plans and specifications, and post-construction reports. k. Engineering during construction and inspection services. 3. SELECTION CRITERIA The selection criteria is listed below in descending order of importance Criteria "a" through "e" are primary. Criteria "f" is secondary, and will only be used as a "tie-breaker" among technically equal firms. Primary Criteria: a. Specialized Experience and Technical Competence of the firm and sub consultants in the areas listed in paragraph 2 above. Only experience that is ongoing or was completed in the last 10 years should be included in the submittal. If a prime A-E firm is using a subcontractor's experience, the prime A-E firm shall submit letters of commitment from those subcontractors and any key personnel employed by those subcontractors. Firms shall provide examples of not more than ten (10) projects performed by either the prime A-E firm or a key subcontractor demonstrating their experience in performing the types of services in paragraph 2(a)-(k) above as it relates to the Project Information described. b. Professional Qualifications. The selected firm must have the professional qualifications necessary for satisfactory performance of required services listed in the Project Information. The evaluation will consider the firm's education, registration, technical certification, training, and length of experience relevant to the Project Information items (a) through (k). The following disciplines with specific requirements will be evaluated: Project Manager; Geotechnical Engineers; Geologists; Geophysicists (note: registration not required); Earthquake Engineer and Civil Engineer with roller compacted concrete experience c. Past Performance. Relevant Past Performance will be evaluated on contracts with Government agencies and private industry over the past six (6) years. The Government will review a firm's past performance in terms of cost control, quality of work and compliance with performance schedules. Evaluation shall consist of information contained within the DoD A-E Contractor Performance Assessment Reporting System (CPARS), other Federal or State performance systems, and any other past performance information provided by the Contractor. For examples of past performance not associated with CPARS, the Contractors are not required to submit past performance documentation but may do so if the information is not contained in the prior listed federal performance reporting systems. If past performance information is submitted the contractor shall provide reference information to include project name, point of contact, current phone number and email address. The Contractor may also include any ratings, letters of appreciation, awards, etc., for relevant experience. d. Knowledge of the Locality. Familiarity with geotechnical and geologic conditions within the boundaries of the CENWP, CENWS, and CENWW's area of responsibility. e. Capacity to Accomplish the Work. Demonstrate how your firm will handle and perform up to 3 concurrent task orders with a value of $150,000 in 120-days. The evaluation will consider the availability of an adequate number of personnel in the key disciplines and equipment availability. Secondary Criteria: f. Equitable Distribution of DOD Contracts. Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms shall be evaluated and used in the event of a tie. 4. SUBMISSION REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original and two hard copies and one CD of Part I and Part II of the SF 330 (6/2004) for the prime and all sub-contractors, to the below address not later than February 7, 2017 at 1:00 p.m. (Pacific) to: USACE Portland District Contracting Division 333 SW First Avenue Portland, OR 97204-3495 ATTN: Ms. Regi Troullier/ Mr. David Dvorak, CECT-NWP-C, W9127N-17-R-0016 - Geologic and Geotechnical Services - DO NOT OPEN This procurement is open to all businesses regardless of size under the NAICS Code 541330. The small business size standard is $15 million. All responses must be received by the specified due date and time to be considered. Any responses received after that date and time will not be considered. Point of Contact for small business questions or assistance on policy and procedures is the Portland District Deputy for Small Business policies, Carol McIntyre at Carol.A.Mcintyre@usace.army.mil. Additional information on how to prepare an A&E submittal can be found in Engineering Pamphlet (EP) 715-1-4 - Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers (9/30/2004), USACE publications website: www.publications.usace.army.mil. Questions and Inquiries about this Synopsis All inquiries regarding this synopsis will be submitted via ProjNet-BidSM. Telephone and email inquiries will not be accepted. ProjNet-BidSM is a web-based program that allows submitters to post questions regarding the synopsis and to view all questions by other submitters and answers by USACE. ProjNet-BidSM can be accessed through ProjNetSM at https://www.projnet.org/projnet/. To access the ProjNet-BidSM website the first time: 1) Click the Bid tab 2) Click Bidder Inquiry. (The Agency is USACE.) 3) Enter the following information for access: i) The Bidder Inquiry Key 5RKBED-GBUIM5 ii) Valid business contact information (e.g. Company name, contact person, business address, phone number and email address). (required on first project only) iii) Establish secret question and answer which will be used as a password. (required on first project only). 4) For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-BidSM Module. 5) Submit questions or review questions and answers. (A firm who submits a question will receive an automated email notification that their question has been received. When an answer is posted to a question, the question and answer is then available for all other bidders to review. 6) For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer. 7) For questions about the ProjNet-BidSM, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8AM to 5PM (Central US time zone). ProjNet-BidSM questions can also be emailed to the helpdesk at staff@rcesupport.com. The cutoff for questions and inquires is January 31, 2017. All submitters will be held to have reviewed the questions and responses in ProjNet-BidSM prior to their submission. Nothing in the synopsis is changed unless an amendment is posted on www.fbo.gov. Contracting Office Address: Attn: CECT-NWP PO Box 2946 Portland, Oregon 97208-2946 United States Place of Performance: 333 SW First Avenue Portland, Oregon 97204 United States Primary Point of Contact: Regi Troullier, Contract Specialist regi.troullier@usace.army.mil Additional Point of contact: Elaine Gray-Frasure Contracting Officer Elaine.S.Gray-Frasure2@usace.army.mil Additional Point of Contact: Ms. Laurie Gillespie, Contracting Officer laurie.a.gillespie@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0016/listing.html)
- Place of Performance
- Address: 333 SW First Avenue, Portland, Oregon, 97204, United States
- Zip Code: 97204
- Zip Code: 97204
- Record
- SN04385811-W 20170202/170131234257-3e35d928fde8e00540cf049c485039f3 (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 |