COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS
C -- INDEFINITE DELIVERY, INDEFINITE QUANTITY GEOTECHNICAL ENGINEERING SERVICES CONTRACT
- Notice Date
- May 2, 2001
- Contracting Office
- USDA Forest Service, Contracting, P.O. Box 21628, Juneau, AK 99802-1628
- ZIP Code
- 99802-1628
- Solicitation Number
- RFP R10-01-14
- Point of Contact
- Tamara Lanier, 907-586-7902
- E-Mail Address
- Click here to contact Tamara Lanier. (tamaralanier@fs.fed.us)
- Description
- I. CONTRACT INFORMATION: The USDA, Forest Service, Alaska Region intends to contract for professional geotechnical engineering services on an as-needed basis, for drilling services, laboratory services and for Geotechnical Investigations. All professional services will be for projects located within the geographical area of the USDA-Forest Service, Alaska Region within the Tongass & Chugach National Forests. The term of the firm fixed price IDIQ contract(s) will be for a base period of two years, with three one-year options. Task orders will not exceed $200,000 during any one-year period. The maximum total cumulative order amount for the life of the contract, including any exercised option years, will be $900,000. There is a minimum guarantee that has not been determined at this time. The Government anticipates awarding two to four IDIQ contracts for this requirement. Work will be issued by negotiated firm fixed price task orders. The description of work, location, performance period, special considerations and due date for the price propsal will be furnished in individual task announcements. The contract is anticipated to be awarded in June, 2001. II. PROJECT INFORMAITON: The Forest Service anticipates contracting with firms, which offer a strong geotechnical engineering capability including drilling, laboratory testing and report preparation. The projected scope of work will include drilling in remote areas of the Forests as well as areas near cities accessible by roads. Some of the sites may be in remote locations and some may be located in highly developed recreation settings. Drilling services can be contracted out to a subcontractor under the supervision of the geotechnical engineering firm, at the option of the firm as long as this is advantageous to the government and the work is done in a professional manner. Normal geotechnical drilling techniques and procedures will be used. In addition to the drilling work, laboratory testing in accordance with, but not limited to the below list of services will be conducted. The scope of work will also encompass the preparation of a geotechnical investigation report. Associated with the aforementioned field, laboratory and report preparation may be the inclusion of site surveys; performing geotechnical designs and installing sophisticated monitoring and testing apparatus. The work will be on a variety of Forest Service owned or managed facilities, including roads, bridges, dams and buildings. The work can involve slope stability analysis and evaluations, foundation design for bridges and buildings, retaining walls and reinforced earth structures, roadway analysis and borrow and materials investigations. Types of facilities may include but are not limited to, administrative sites, offices, warehouses, small storage buildings, multi-family and single-family homes, crew quarters, classrooms, visitor information centers, recreation cabins, toilet buildings, and building systems in support of these facilities. Not all projects will involve all three areas of the contract, i.e. field, laboratory and report preparation. In some cases only fieldwork may be required or laboratory work and report preparation. Examples of some of the projects the Forest Service anticipates during the term of this contract(s) are: 1. Foundation designs for small to moderate size warehouses (approximately 1000-10,000 square feet in size), crew housing, and classroom additions. 2. New multi-family and crew housing, warehouse replacement, and office additions, renovations and accessibility compliance retrofits. 3. Slope stability analysis of existing and newly created cuts. 4. Earth retaining structures. 5. Foundation recommendations for Bridges 6. Materials and borrow studies. The Government may include a specific task as a part of the initial contract negotiations. All work under the IDIQ contract shall be performed by or under the direct supervision of professional engineers licensed in the State of Alaska. Incidental surveying work shall be done by or under the direct supervison of a professional land surveyor licensed in the State of Alaska. III. EVALUATION CRITERIA: See Note 24 for the general selection process. Following a review and evaluation of qualification and performance data by an A&E Review Board, negotiations will be commenced with the two top-ranked firms on the selection list. Selection of firms for negotiation is through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, as determined by applying the following criteria: 1. Professional qualifications necessary for satisfactory performance of the required services. The offeror must have a professional engineer on staff licensed in the State of Alaska. 2. Specialized experience and technical competence in the types of work required. 3. Capacity to accomplish "as-needed" work in a timely manner. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules -- names and phone numbers of references must be included in qualification and performance data submitted. 5. Specific experience in geotechnical work in South-central and Southeast Alaska. 6. Location in the general geographical areas (the two areas are: Anchorage/Southcentral Alaska; and Southeast Alaska to include as far south as the greater Seattle area) and knowledge of the Alaska Region; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (For purposes of this criterion an appropriate number of qualified firms is considered to be four or more in the applicable general geographical area.) IV. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit three copies of SF 255 and three copies of SF 254 for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business of the next business day. Solicitation packages are not provided. This is NOT a request for proposal. The physical mailing address is 709 W. 9th Street, AQM -- Attn: T. Lanier, Juneau, AK 99802. Fax sumbissions will not be accepted.
- Web Link
- No solicitation package available. (Not Applicable, this notice provides all available information.)
- Record
- Loren Data Corp. 20010504/CSOL010.HTM (W-122 SN50K9R8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|