Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOLICITATION NOTICE

C -- IDIQ for Geotechnical Design, Core Drilling and Lab Testing within the Jacksonville District

Notice Date
8/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-18-R-0051
 
Archive Date
3/28/2019
 
Point of Contact
LaVaughn T. Williams, Phone: (904) 232-2314, Elton D. Thompson, Phone: 9042323648
 
E-Mail Address
lavaughn.t.williams@usace.army.mil, Elton.D.Thompson@usace.army.mil
(lavaughn.t.williams@usace.army.mil, Elton.D.Thompson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are 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. The services will consist of geotechnical sampling analysis and design, preparation of contract documents, engineering during construction support, and geotechnical testing. Services will be predominately for civil works projects, support for military projects, and support for other agencies. The primary purpose of these contracts is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contracts may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside of the geographic Florida boundaries of the Jacksonville District, Puerto Rico, Caribbean Area, and the U.S. Virgin Islands.. Only firms considered highly qualified will be awarded a contract. Indefinite delivery contracts will be negotiated and awarded from this solicitation with subsequent work issued by negotiating firm-fixed price task orders. This announcement will result in up to two (2) contracts to highly qualified business firms. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. The contract will be a period of one year from date award, with options to extend for four additional years, not to exceed a total of five years. While the estimated dollar amount per year is $9,800,000.00, the actual obligation per year may be greater than or less than $9,800,000.00. Maximum order limit is $49,000,000.00 for the life of the contract, including options. 2. PROJECT INFORMATION: The work will primarily consist of geotechnical analysis and design, preparation of contract documents, engineering during construction support, core drilling and geotechnical subsurface sampling via continuous and/or standard SPT techniques, large diameter coring within rock units, sonic drilling, vibracoring, field and in situ testing, geophysical site investigations, field and laboratory geotechnical testing of materials (including construction Q/A testing), chemical analytical laboratory testing, site preparation, hydrogeological investigations and studies, and establishing coordinate locations. 3. SELECTION CRITERIA: The selection criteria for this particular project is listed below in descending order of importance. Criteria in paragraphs A through E are primary. Criteria F and G are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. FACTORS FOR EVALUATION IN DESCENDING ORDER OF IMPORTANCE ARE: A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The firm shall demonstrate specialized experience and expertise either in-house or through association with a qualified sub-contractor(s). (1) GEOTECHNICAL ANALYSIS & DESIGN The firm shall clearly demonstrate specialized experience and expertise in the following geotechnical procedures: seepage analysis, slope stability, shallow foundations, deep foundations, soil cement, roller compacted concrete, foundation grouting, earthen embankments including but not limited to dams and levees, blasting, coastal revetments including but not limited to groins, jetties, etc., dewatering, horizontal directional drilling, dam tunnels and conduits, seismic analysis and design, dam and levee inspections, and pavement designs (asphalt and concrete). Firm must demonstrate experience related to development of geotechnical plans and specifications for engineering contracts pertaining to large earthwork design and construction. (2) DRILLING The firm shall clearly demonstrate specialized experience and expertise in the following field data collection procedures: Standard Penetration Testing (SPT), rock coring, sonic drilling, wash probing, vibracoring, undisturbed sampling, test pits, and monitoring well installations. Field conditions to be addressed include: upland, swamp (partially inundated or tidally inundated), on water, and unusual or difficult access situations. Firm must demonstrate experience related to site clearing, heavy equipment operation, establishing coordinate locations (horizontal and vertical) on land and in water, and obtaining rights of entry. (3) ENGINEERING DURING CONSTRUCTION The firm shall clearly demonstrate specialized experience and expertise in the following construction observation oversight: geotechnical field sampling and testing methods, earthwork construction methods, construction materials and test methods, pile installation (vibratory and hammer driven), sheetpile installation, shoreline revetments, caissons/drilled shafts, auger-cast piles, shallow foundations, slope stabilization, site dewatering, MSE walls, reinforced slopes, foundation grouting, and blasting. (4) GEOTECHNICAL LABORATORY TESTING The firm shall clearly demonstrate specialized experience and expertise in the following laboratory analyses: grain size distribution, carbonate content, Atterberg limits, moisture content, specific gravity, sedimentation rate, organic content, triaxial tests, direct shear, consolidation, compaction tests (4 inch and 6 inch molds), permeability tests, and unconfined compressive strength testing. The lab shall be a Corps validated lab located within 30 miles of the Jacksonville Corps of Engineers District Office and a Corps validated lab within Puerto Rico, U.S. Virgin Islands and the Caribbean. (5) IN SITU AND FIELD TESTING The firm shall clearly demonstrate specialized experience and expertise in the following field data collection procedures: Cone Penetration Testing (CPT), Dilatometer Testing (DMT), Vane Shear Testing (VST), Pressuremeter Testing (PMT), recharge tests, slug tests, percolation tests, aquifer drawdown tests, and Aquifer Performance Tests (APT). (6) HYDROGEOLOGICAL INVESTIGATIONS & STUDIES The firm shall clearly demonstrate specialized experience and expertise in the following hydrogeological tasks: 1) production and monitoring well construction in surficial and Floridan aquifers; 2) core (lithologic) logging; 3) well development and aquifer testing (pump test, specific capacity test, slug test); 4) groundwater and surface water quality sampling; 5) well instrumentation for continuous measurement of water levels; 6) platform construction to access wells and 7) topographic surveys and datum references. In addition to field activities listed above, the hydrogeologic testing and monitoring services will include data collection, analysis, and technical report production. (7) GEOPHYSICAL INVESTIGATIONS The firm shall clearly demonstrate experience related to geophysical investigations such as the following methods and technologies: 1) seismic (reflection, refraction, crosshole, and tomography), 2) gravity and microgravity, 3) magnetic, 4) electrical (self-potential, resistivity, and induced polarization), 5) electromagnetic (time domain and frequency domain), 6) ground penetrating radar, 7) acoustical impedance, and 8) borehole logging (spontaneous potential, resistivity, electrical, natural gamma, gamma-gamma, neutron, caliper, temperature, sonic and borehole camera). (8) CHEMICAL ANALYTICAL LABORATORY TESTING The firm shall clearly demonstrate, either in-house or through association with qualified subcontractors, specialized experience, and expertise in the following chemical analytical laboratory procedures: EPA 500 series methods for drinking water, EPA 600 series methods for waste water, toxicity characteristic leachate procedure, microbiological analyses, inorganic analyses, radiochemical analyses, methods for evaluating solid waste, physical/chemical methods, and SW-846. Chemical analytical laboratory facilities must participate in the NELAP program and be accredited by the State of Florida's accrediting authority, Department of Health, for the methods, analyses, and matrices grouped above. Chemical analytical laboratory facilities engaged in low level phosphorous testing must participate in the FDEP round robin study and maintain a score of 3 or better. Chemical analytical laboratory facilities engaged in low level mercury testing must participate in the FDEP round robin study and maintain a score of 3 or better. Chemical analytical laboratory facilities must demonstrate experience working within the State of Florida and with FDEP. All chemical analyses for projects in Puerto Rico shall be certified by a chemist licensed in Puerto Rico. B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education, training, registration, and certifications. Note: one individual possessing the required expertise of more than one discipline is acceptable but the resume must clearly demonstrate meeting the required length of experience of each discipline. The firm must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience and knowledgeable in the geology of Florida, Puerto Rico, U.S. Virgin Islands, and the Caribbean Area, to perform the work in the required time. (1) Registered Professionals: Key personnel must have a Bachelors or Masters degree from an accredited university in civil (geotechnical) engineering, physical science, hydrology, land surveying, or related field. Key personnel must have a professional license in Engineering, Geology, or Land Surveying. The minimum number of key personnel required and minimum years experience are shown in parentheses for the following disciplines: registered geologists (2 - 5 years of experience), registered civil (geotechnical) engineers (2 - 7 years of experience), and registered surveyors (2 - 5 years of experience). (2) Other Professionals: The minimum number of key personnel required and minimum years experience are shown in parentheses for the following disciplines: technicians (2 - 1 year of experience), drillers (2 - 3 years of experience), CADD/GIS specialist (1 - 1 year of experience), and equipment operators (2 - 1 year of experience). (3) Project Management: Key personnel must have a Bachelors or Masters degree from an accredited university in geology, Geographic Information Systems, geography, cartography, physical science, hydrology, engineering, geomatics, land surveying, or related field. Key personnel must have a professional license in Engineering or Land Surveying. At least one key personnel must have a professional license for Land Surveying in the State of Florida. At least one key personnel must have a professional license for Land Surveying in Puerto Rico. The minimum number of key personnel required and minimum years experience are shown in parentheses for the following disciplines: Project Manager (1 - 10 years of experience). C. EQUIPMENT AVAILABLE TO THE FIRM: Firm, and/or the sub-contractor, must have all necessary drilling equipment, including but not limited to: drill rigs, amphibious or track-mounted drill rigs, CPT rigs, floating plant for protected waters, site access equipment, in situ testing equipment, site preparation equipment, geophysical equipment, survey equipment, and any other equipment to execute the previous requirements. Firm, and/or the sub-contractor, must indicate the equipment's physical location and whether the equipment is owned or leased. For drill rigs, firm must indicate whether drill rigs are equipped with automatic or manual hammers. D. CAPACITY TO ACCOMPLISH THE WORK: Firm, and/or the sub-contractor, must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events. E. PAST PERFORMANCE: Firm, and/or the sub-contractor, must provide relevant past performance in the accomplishment of similar work. Firm must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span. Submit information for all relevant contracts and subcontracts started or completed within the past five (5) years measured from the date of synopsis. Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control and timeliness of work will be reviewed. Past DOD experience data available to the Government through Contractor Performance Assessment Reporting System (CPARS) will also be evaluated. Other credible, documented information on past performance should be considered, except for adverse performance information to which the firm has not had an opportunity to respond. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: F. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. G. GEOGRAPHIC LOCATION OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida with lower mobilization and demobilization costs will be given preference, provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit three (3) copies of the SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), three (3) separate copies of SF 330, Part II, for the firm or joint venture and each subcontractor and one (1) cd containing an electronic version of all the proposal documents. If submitting as a Joint Venture, submit a copy of the Joint Venture Agreement. Unnecessarily elaborate brochures or other presentations beyond those sufficient Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-CT, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-CT, P.O. Box 4970, Jacksonville, FL 32232-0019. If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a driver's license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offers should call the contract specialist whose name appears in the procurement and asks the specialist to send someone to the security desk to take possession of the offer. This is not a request for priced proposal. You must be registered in the System for Award Management (SAM) website at h t t p s : / / w w w. s a m. g o v / in order to be eligible to receive an award from this solicitation. Call 866-606-8220 for more information or visit the SAMs website at http://www.sam.gov. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via email. Inquiries and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered. A pre-proposal teleconference will be held on 12 Sep 2018, beginning at 3:00 PM local time. To participate in the teleconference call 877-873-8018 (toll free), access code: 4863004, password: 0912. Due to limited ports, the teleconference is being held only for those firms interested in this specific work. The pre-proposal slideshow, attendance roster, and Q&A will be posted as an attachment to the combined synopsis/solicitation, after the teleconference has concluded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-R-0051/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Jacksonville District, 701 San Marco Blvd, Jacksonville, Florida, 32207-8175, United States
Zip Code: 32207-8175
 
Record
SN05063960-W 20180901/180830231244-7bfba8d3266d6e63eb9e8e38d29fa9d1 (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.