Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOURCES SOUGHT

C -- Geotechnical AE IDIQ

Notice Date
2/26/2020 2:25:28 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ20X0021
 
Response Due
3/18/2020 1:00:00 PM
 
Archive Date
04/02/2020
 
Point of Contact
Guesley Leger, Phone: 9783188269
 
E-Mail Address
guesley.leger@usace.army.mil
(guesley.leger@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S Army Corps of Engineers (USACE), New England District is issuing a Sources Sought Announcement for Indefinite Delivery/Indefinite Quantity for Geotechnical Engineering and related services Architect/Engineer Contracts to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned,� and Small Business concerns.� The NAICS code for the work described below is 541330 with a size standard $16,500,000.� Award of the contract is expected in early/mid 2021 for a five year ordering period.� The intent is to award one contract with a total contract value up to $5,000,000.� The location of the work to be performed under this contract shall be primarily in the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts covered by the U.S. Army Corps of Engineers, North Atlantic Division�s (NAD�s) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia), but excludes Europe District.� Task orders negotiated under this contract would vary widely, including many different geotechnical engineering and subsurface exploration assignments at various locations in the Corps' North Atlantic Division (primarily in the New England District). Work may include designs or evaluations involving soils/rock characterizations; groundwater/seepage analysis; earth and rock structures, coastal and shoreline evaluations and design; foundation design; earth dam analysis and design; seismic, seepage, and slope stability analyses; dam and levee potential failure mode/risk evaluation; finite element modeling; geotechnical instrumentation installation; geophysical investigations including borehole logging; performing subsurface investigation programs; and performing inspections and preparing instrumentation reports in support of either the dam or levee safety programs.�� To be considered qualified; firms MUST include a completed checklist (see herein) in the capabilities package. �������� Please indicate what professionally registered personnel you would either have on staff or plan to provide through a sub-consultant, and indicate which of those personnel are currently on staff.� Also, please submit documentation of your firm�s experience and capabilities related to geotechnical engineering, including work on dam and levee safety related issues within the last 6 years.� In order to be considered qualified; the firm must have on its own staff or provide through a sub-consultant(s), professional engineers with demonstrated geotechnical expertise registered in one or more of the NAE states (ME, MA, CT, RI, NH, VT).� Firm should also indicate if they have on staff or via sub-consultant (s) ��registered professional geologists/engineering geologists in applicable states.� Firms should state if they have the capability to provide all deliverables in Autodesk AutoCAD software, version 2018 or higher, electronic digital format.� The Government will only accept this format, without conversion or reformatting. Firms should also state their knowledge of preparing specifications for construction contracts using a personal computer based software package.� All specifications for Corps of Engineer (COE) contracts will be prepared using COE Guide Specifications and SPECSINTACT�.�� Firms should show demonstrated in-depth knowledge of working with the GeoStudio� suit of programs for geotechnical analyses, as well as previous use and familiarity with the gINT� �borehole logging application.�������������� Interested firms should submit a capabilities package to include the checklist, business classification (i.e. 8(a), HUBZone, etc.), staff size, primary area(s) of contractor�s expertise, resumes of key personnel, and examples of projects illustrating the requirements stated above.� The package must identify the nature of work performed by the firm, percentage of overall work self-performed by the firm and features of work performed by team subcontractors.� The firm should also describe their in-house capabilities to accomplish the above stated work requirements.� Address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14 �Limitations on Subcontracting�.� Also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work.� Responses are required no later than March 18, 2020.� Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, Attn: Guesley Leger, or electronically to Guesley.Leger@USACE.Army.mil.� Responses are limited to 25 pages.� Firms interested shall provide the above documentation in one original form hard copy and one electronic copy (CD .pdf file). The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/295f61b6ed4a4125828eda849cd244cf/view)
 
Place of Performance
Address: Concord, MA 01742, USA
Zip Code: 01742
Country: USA
 
Record
SN05573488-F 20200228/200226230259 (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 |
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.