SOLICITATION NOTICE
C -- Geotechnical Engineering Services
- Notice Date
- 2/4/2020 5:39:46 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W072 ENDIST DETROIT DETROIT MI 48226 USA
- ZIP Code
- 48226
- Solicitation Number
- W911XK18R0020
- Response Due
- 5/20/2019 9:00:00 AM
- Archive Date
- 02/29/2020
- Point of Contact
- Rochelle Ross, Contract Speciallist, Phone: 3132265382, Carlette L. Kendricks, Contracting Officer, Phone: 3132262683
- E-Mail Address
-
rochelle.ross@usace.army.mil, Carlette.l.Kendricks@usace.army.mil
(rochelle.ross@usace.army.mil, Carlette.l.Kendricks@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-solicitation Notice Indefinite Delivery Type Architect Engineer (A-E) Contract For Geotechnical Engineering Services For The Chicago District And Detroit District, U.S. Army Corps Of Engineers. The US Army Corps of Engineers, Detroit District announces its intent to solicit Geotechnical engineering services in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. 1. PROJECT INFORMATION: Project work will be performed within the Detroit and Chicago Districts' Boundaries. Work may also be performed for other projects within the boundaries of the Great Lakes and Ohio River Division, which includes all or parts of the following 17 states: Minnesota, Wisconsin, Illinois, Indiana, Ohio, Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama, Mississippi, Georgia, Michigan, North Carolina, South Carolina, and Virginia. Work may also be performed in Illinois and Wisconsin, within the boundaries of the Rock Island District. Geotechnical services are required to support the US Army Corps of Engineers civil works and military missions, including: drilling; soil and rock sampling; borehole testing; well installation and pump testing; borehole and surficial geophysical testing; rock joint mapping; material laboratory testing; instrumentation installation, programming, and monitoring; surveying of borehole locations; quality assurance testing; geotechnical analyses and design; geo-environmental subsurface soil and groundwater sampling, well installation, laboratory chemical analysis; and report preparation. 3. SELECTION CRITERIA: Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria �a' through �e' are primary factors. Criteria �f' through �g' are secondary factors and will only be used as ""tie-breakers"" among technically equal firms. a) Specialized Experience and Technical Competence. (1) Geotechnical explorations and materials laboratory testing. Conduct on-shore, off-shore, and riverine subsurface explorations including: soil drilling and sampling; rock drilling and coring; in-situ borehole testing such as pump testing, pressure testing, and borehole geophysics; well installation; instrumentation installation, programming, and monitoring; laboratory testing of overburden, rock, and materials samples; rock joint mapping; and surveying of borehole locations. Exploration drilling will include the services of qualified geologists or geotechnical engineers as appropriate for full-time inspectors. (2) Geotechnical engineering design, modeling, analysis, and reporting. Perform geotechnical analyses and design; develop plans and specifications; and prepare subsurface exploration reports. (3)Provide construction Quality Assurance testing on geotechnical and construction features using qualified personnel. (4) Geo-environmental explorations including (HTRW) Hazardous, Toxic and Radioactive Waste sites and laboratory chemical analysis. Conduct subsurface geo-environmental investigations including drilling, well installation, soil and groundwater sampling, and chemical laboratory analysis. Prepare site exploration reports. The firm shall present a proposed organization chart and a narrative in Section H on SF 330 describing how the organization will function, including how the QA/QC plan will be implemented. b) Professional Qualifications. Education, training, professional registration, certifications, overall and relevant experience, and longevity with the firm of key management and technical personnel. Laboratory capable of receiving Corps of Engineers validation for testing soil, rock, concrete, and other construction material samples. Describe current or past certifications or accreditations in Section H on SF 330. A firm that receives a contract will be expected to obtain the Corps of Engineers validation at their own cost. The firm must also be able to procure the services of an environmental laboratory capable of receiving Government pre-approval for testing soil, sediment, and water samples. c) Capacity. Capacity to perform two $500,000 task orders within a 12 month period and to execute multiple task orders simultaneously. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines (office engineers, field engineers, drilling and lab testing staff, and drilling and lab testing equipment). Describe owned or leased equipment that is available to perform this work in Section H on SF 330. d) Past Performance. Past performance on (DoD) Department of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined by CPARS and other sources. e) Knowledge of the Great Lakes Area. Knowledge of the locality with respect to the geologic conditions and regulatory issues of the Detroit District and the Chicago District. f) Geographic Proximity. Geographic location of the principal design office within the Detroit District or Chicago District boundaries. g) Volume of DoD Contract Awards. Volume of DoD contract awards in the last 12 months. 2. CONTRACT TYPE: The contract type selected for this procurement is a Firm-Fixed-Price, Indefinite Delivery Contract. A target of three contracts are anticipated and may be awarded for these services. Each contract period is 4 years. Each contract will have a total capacity not to exceed $2,000,000.00. Individual, fixed-price delivery orders will not exceed $500,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed the $500,000 maximum limit. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and uniquely specialized experience, geographic proximity, and cumulative amount of task order awards under the contract. The government will satisfy minimum obligations of $5,000.00 for the Contract. The solicitation is expected to be available on FedBizOpps (www.fbo.gov) late�October 2018 to early�November 2018. Projected awards are anticipated early 2019. This procurement will be set-aside 100% for Small Business Concerns. The North American Industrial Classification System code for this acquisition is 541330, which has a size standard of $15,000,000 in average annual receipts. To be eligible for a contract award, the Contractor must be registered in the System for Award Management (SAM). Registration is free and can be accessed at: http://www.sam.gov. The solicitation package will be available only electronically via FedBizOpps at www.fbo.gov. Requests for solicitation packages made by telephone, fax, or email will not be honored. Please note that the Government will not maintain a bidders list during the solicitation period. However, vendors are strongly encouraged to review the ""Interested Vendors List"" tab found on the FedBizOpps website for this procurement. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ebccb3137bf44fde93ed6afac8f7f0e2/view)
- Record
- SN05551205-F 20200206/200204230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |