|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20,1999 PSA#2435U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- ARCHITECT AND ENGINEERING SERVICES -- - FOR GEOTECHNICAL
ACTIVITIES PRIMARILY WITHIN THE DISTRICT BOUNDARIES OF OHIO, INDIANA,
ILLINOIS, MICHIGAN, AND KENTUCKY; HOWEVER, SOME EFFORT MAY BE REQUESTED
IN OTHER GREAT LAKES AND OHIO RIVER DIVISION BOUNDARIES AND DISTRICT
MISSION AREA SOL W22W9K-9252-2822 POC Contract Specialist, Barbara
Simpson (502) 625-7634; Technical Specialist, Steve Hornbeck (502)
582-5730 TITLE: ENGINEER SERVICES FOR TWO INDEFINITE DELIVERY CONTRACTS
FOR GEOTECHNICAL ENGINEERING SERVICES PRIMARILY WITHIN THE LOUISVILLE
DISTRICT BOUNDARIES (KY, IL, IN, OH) BUT COULD BE ANYWHERE WITHIN THE
GREAT LAKES AND OHIO RIVER DISTRICT MISSION BOUNDARIES (KY, IL, IN, OH,
MI, MD, WI, PA, NY, WV, VA, GA, NC, TN, AL) POC: Contract Specialist:
Barbara Simpson (502) 625-7634 POC: Technical Specialist: Steve
Hornbeck (502) 582-5730. 1. GENERAL CONTRACT INFORMATION: The proposed
services, which will be obtained by a negotiated Firm Fixed Price
Contract, are for geotechnical activities primarily within the District
boundaries of Ohio, Indiana, Illinois, Michigan, and Kentucky; however,
some effort may be requested in other Great Lakes and Ohio River
Division Boundaries and District Mission Area (see title of project
above). The projects will be awarded by Individual Delivery Orders not
to exceed $1,000,000 with the maximum contract value being $1,000,000.
The contract period will be for one year from thedate of award with the
option to extend two additional periods with an additional $1,000,000
for each period the option is exercised at the discretion of the
Government; with or without a new $1,000,000 amount. A possible second
contract may be awarded from this solicitation within nine months
after the award of the first contract. The contracting officer will
consider the following factors in deciding which contractor will be
selected to negotiate an order: performance and quality of deliverables
under the current contract, current capacity to accomplish the order in
the required time, uniquely specialized experience, and equitable
distribution of work among the contractors. The top ranked firm will be
awarded the first contract. If necessary, secondary selection criteria
(f-h listed below) will be used as a tiebreaker among technically
equal firms to determine the firm selected for the second contract.
Projects outside the primary area of responsibility may be added at the
Government's discretion upon agreement of the selected firm. Metric
dimensions, in whole or part, will be required for the authorized
projects unless otherwise specified. All drawings and/or data submitted
must be CADD generated. Any CADD system may be used but submittals must
be in accurately translated Intergraph Microstation format in
conformance with District CADD standards unless otherwise specified.
This announcement is open to all businesses regardless of size. If a
large business is selected to negotiate a contract, the firm will be
required to present an acceptable Small, Disadvantage and Women-Owned
Small Business subcontracting Plan in accordance with Public Law 95-507
prior to award of the contracts. The current subcontracting goals are
61.2% to Small Business, 9.1% to Disadvantage Business, and 4.5% to
Women-Owned Small Business. These percentages are applied to the total
amount of subcontracted dollars. The projects may require partnering
with the selected firm which could require the selected A/E to attend
a partnering meetingto define the District's expectations of the A/E,
create a positive working atmosphere, encourage open communication, and
identify common goals. Significant emphasis will be placed on the A/E's
quality control procedures. 2. PROJECT INFORMATION: Activities such as
soil and rock drilling for engineering investigations,
instrumentation, inspection of subsurface investigations, laboratory
testing in soils and rock, foundation design analysis, stability
analysis, seepage analysis, geotechnical reports, geotechnical field
observations and evaluations, material investigations, dam safety
related activities, geophysical studies, volume computations,
geotechnical literature searches, geologic field mapping, seismological
studies, surveying, geotechnical computer programming, and safety.
Drilling services on land and/or floating plant in rivers will be
required. Drilling services may include standard penetration sampling,
coring, undisturbed sampling, drilling without sampling,
instrumentation installation, and may or may not include inspection of
drilling services. Site location surveying may be required. 3.
REQUIRED CRITERIA: See Note 24 for general selection process
information. The specific selection criteria (a through e being primary
and f through h secondary) in descending order of importance are as
follows and must be documented in the SF255: a) Specialized experience
and technical competence in all of the activities identified in the
Project Information section above should be included in the resumes;
e.g. geotechnical investigations, foundation design analysis,
seismological studies, stability analyses, seepage analyses, dam safety
inspections and reporting in accordance with the National Dam Safety
Inspection Program, geophysical studies, and floating plant operation
etc. Individuals performing the subsurface inspections must have at
least two years experience in use of Unified Soil Classification system
for field classifications. Drill operators must have at least five (5)
years experience. Drill helpers must have at least two (2) years
experience. Only resumes identifying the professionalism and
specialized experience of the group are necessary. Other available
personnel may be specified in paragraph 10 of the SF 255. In addition,
a list of equipment, including floating plant, must be furnished
showing age and mechanical condition of the equipment along with
identifying the availability of drill rigs suitable for a variety of
drilling conditions and types of sampling. b) Capacity to complete the
work in the required time: Drilling capability and instrumentation
installation must be maintained with at least three (3) two (2) man
drill crews readily available with an one (1) week notice and three (3)
additional two (2) man drill crews readily available with a three (3)
week notice. c) Professional registrations of at least two individuals
(designer and checker) trained, experienced, and practicing in
geology, geotechnical (soils engineering), civil engineering, and
structural engineering. In addition, certifiedor registered soil and
rock laboratory technicians, survey crews qualified drill operators and
helpers are required. d) Past performance on DOD and other contracts
with respect to cost control, quality of work, and compliance with
performance schedules. e) Superior performance evaluations on recently
completed DOD contracts. f) Geotechnical knowledge of District work
area and geographic location of office. g) Volume of DOD contract
awards in the last 12 months as described in Note 24. h) Extent of
participation of SB, SDB, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. In addition, a brief Design
Management Plan including an explanation of subcontractors (if
applicable), quality control procedures and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors) must be included in paragraph 10
of the SF 255. 4. SUBMITTAL REQUIREMENTS: a.) See Note 24 for general
submission requirements. Any firm with an electronic mailbox
responding to this solicitation should identify such address in the SF
255. ACASS number of the submitting office should be placed in Block
3b of the SF 255. Release of firm status will occur within 10 days
after approval of any selection. Firms which are interested and meet
the requirements described in this announcement are invited to submit
one completed SF-255 (Revision 11-92). All responses on SF-255 to this
announcement must be received no later than 4:30 p.m. local time on
the 30th calendar day after the date of this publication to be
considered for selection. The day following this CBD announcement
counts as day number one (1). If the 30th day falls on Saturday, Sunday
or a U.S. Government Holiday, the deadline is the close of business on
the next Government business day. b.) It is requested that interested
firms list the fee amount and date of all DOD contracts awarded during
the last 12 months to the firm and all subsidiaries in Block 9 of the
SF-255. c.) Responding firms must submit a current and accurate SF-254
for each proposed consultant. Additionally, all responding firms which
do not have a current (within 12 months) SF-254 on file with the North
Pacific Division, Corps of Engineers must also furnish a completed
SF-254. If a SF-254 is included, only the 11-92 edition of the form
will be accepted. The business size status (large, small and/or
minority) should be indicated in Block 3 of SF-255. Definition: A
concern is small if it's annual receipts average over the past 3 fiscal
years do not exceed $4 million. d.) No other information including
pamphlets or booklets is requested or required.. e.) No other general
notification to firms under consideration for this project will be made
and no further action is required. This is not a request for proposals.
(I-007 SN017841) U. S. ARMY CORPS OF ENGINEERS, 600 M. L. KING, JR.
PL., RM 821, LOUISVILLE, KY 40202-2230 Posted 09/16/99 (W-SN381128).
(0259) Loren Data Corp. http://www.ld.com (SYN# 0010 19990920\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|