Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 10, 2001 PSA #2848
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL AND ENVIRONMENTAL SERVICES

Notice Date
May 8, 2001
Contracting Office
U.S. Army Corps Of Engineers, Pittsburgh District William S. Moorhead Federal Building, 1000 Liberty Avenue, Room 727, Pittsburgh, PA 15222-4186
ZIP Code
15222-4186
Solicitation Number
DACW59-01-R-0007
Point of Contact
Michele R. Hutfles, Contract Specialist, 412-395-7479
Description
1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE) Pittsburgh District will require an Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contract for Geotechnical and Environmental Services. The contract will be for a base period not to exceed one year, with two option periods not to exceed one year each. An option period may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The amount of work in each period will not exceed $1,000,000. Work will be issued by negotiated firm-fixed-priced task orders. Individual task orders will not exceed $1,000,000. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, the firm must comply with FAR 19.702(a)(1) regarding the requirement for a subcontracting plan. The USACE Pittsburgh District has subcontracting "floors", and as such, a minimum of 61.4% of the subcontracted amount for all contracts awarded by the Pittsburgh District should be placed with Small Business (SB), to include 9.1% placed with small disadvantaged business (SDB), and 5% placed with women-owned small business. These subcontracting floors are advisory only for firms responding to this solicitation. The actual subcontracting percentages for the IDIQ contract resulting from this synopsis will be calculated based on the total subcontracted dollars issued amongst all task orders. 2. PROJECT INFORMATION: Projects will be located within the geographical boundaries or mission assignments of the USACE Great Lakes and Ohio River Division (LRD), which includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. A-E Services to be provided under this contract will be multidisciplinary in nature to support the Pittsburgh District and other LRD Districts' mission to plan, design, construct, operate and maintain navigation projects (locks and dams), flood control reservoirs and dams, local flood protection projects, river basins, environmental investigations, environmental remediation and improvement, wastewater and sewage treatment facilities, water treatment and distribution facilities, recreation and other facilities, and military facility design and construction efforts. Typical services to be provided under the resulting contract are as follows: (a) Geotechnical services include, but are not limited to concrete mix design, concrete rehabilitation and inspection, stream bank erosion studies, aggregate material investigations, geophysical studies, seismological studies, deep and shallow foundation design analysis, rock and soil anchor design, material quantity and cost estimating, geotechnical design analysis, slope stability analysis, seepage analysis, geotechnical evaluations and reports, formulation of subsurface investigations, field observations and site inspections, literature searches, determination of soil properties (shear strength, compressibility, etc.), geotechnical computer programming and instrumentation design and monitoring requirements. Geotechnical services also include permitting activities such as development of erosion and sediment control plans and National Pollutant Discharge Elimination System (NPDES) applications, and design of processes for compliance thereof. Specialized geotechnical services with respect to construction applications include design of soil mix walls, slurry walls, tieback walls, anchor walls, and drilled shafts, in addition to providing engineering support during construction. (b) Environmental services include, but are not limited to, interpretations and recommendations regarding compliance with environmental regulations; performance of Hazardous, Toxic and Radioactive Waste (HTRW) studies, Risk Assessments, Phase I and Phase II Environmental Site Assessments; and investigations involving environmental soil sampling, sediment sampling, ground and surface water sampling, site characterization and analysis of laboratory and field investigations. (c) Drilling services may involve, but are not limited to, drilling on land, dam galleries, dam tunnels, and floating plant on rivers and other intercoastal waters. Drilling services include drilling, sampling, field testing, laboratory testing and installation of instrumentation, monitoring wells and dewatering wells, HTRW (environmental) drilling and sampling, test pit excavation, Menard pressure meter testing, hydraulic pressure testing, laboratory testing of soils, rock and HTRW samples. Work shall be accomplished in full compliance with federal, state and local regulations, established USACE manuals, policies, standards and practices, and other professional practices and standards as necessitated by project conditions and job requirements. 3. SELECTION CRITERIA: See Note 24 for general selection process. As used herein, the word firm shall constitute the prime and all subcontractor(s) submitted by each respondent as shown in Block 3 and 6 of Standard Form (SF) 255 (see Section 4 Submission Requirements). Selection criteria are listed below in descending order of importance (first by major criterion then by sub-criterion) Criterion (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as "tie-breakers" among the most highly qualified firms. (a) Specialized Experience and Technical Competence will be evaluated with respect to geotechnical, environmental, and drilling services identified in Section 2, Project Information. In addition, the firm shall be evaluated based on demonstrated experience (i) using innovative design concepts/engineering practices and state-of-the-art technologies, (ii) designing projects within constrained construction schedules and funding limitations, and (iii) producing and delivering CADD drawings in a format fully compatible with Intergraph MicroStation. (b) Professional qualifications will be evaluated with consideration to education, training, professional registration, organizational certifications, overall and relevant experience, and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from professional and industry recognized organizations, professional recognitions, professional associations, advanced training and certificates thereof, and specific work experience of key personnel. The firm should identify all key personnel to include, but not limited to, Engineers, Architects and Surveyors having the professional licenses, registrations, qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional practices. (c) Past Performance on contracts with Government agencies and private industry will be evaluated in terms of project management, cost control, quality of work, and compliance with performance schedules. (d) Capacity of the firm to accomplish the anticipated work in an efficient manner will be evaluated with consideration of the firm's experience in similarly sized projects, the size and qualifications of the firm's staff in the required disciplines, and any significant equipment (to include drilling equipment in addition to specialized hardware and/or specialized software) currently possessed by the firm. The firm's staff must be capable of responding to multiple task orders concurrently and within specified performance periods. In Block 10 of SF 255, the firm should provide a list of available major equipment and specifications thereof, available to support the work identified in Section 2 Project Information. In addition, the firm shall specifically demonstrate in Block 10 of SF 255 the ability to furnish and utilize the following minimum amount and type of drilling equipment. (i) one skid-mounted core drill rig having minimum power rating of 40HP and NW rotary drilling capability to 350 feet. The drill rig shall have a base width less than 54 inches and gross weight less than 5,000 pounds. (ii) three truck-mounted core drill rigs having minimum torque output of 5,500 ft-lbs and NW rotary drilling capability to 900 feet. (iii) one small track-mounted core drill rig having minimum torque output of 2,500 ft-lbs and NW rotary drilling capability to 400 feet. The drill rig shall have a base width less than 72 inches and gross weight less than 12,000 pounds. (iv) one track or rubber-tire all terrain vehicle (ATV) mounted core drill rig having minimum torque output of 5,500 ft-lbs and NW rotary drilling capability to 900 feet. (v) one portable air driven drill rig suitable for tunnel and gallery drilling and capable of advancing holes with or without sample recovery to depths of 100 feet. (e) Knowledge of locality; Geotechnical, environmental and drilling knowledge will be evaluated with respect to the geographic areas and features within LRD. (f) Extent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Location of the firm in the general geographic area of the Pittsburgh District. (h) Volume of DoD work awarded to the prime firm during the previous 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All responding firms that do not have a current (within the last 12 months) SF 254 Architect-Engineer and Related Services Questionnaire on file in the Pittsburgh District must furnish a complete SF 254. Interested firms having the capabilities to perform this work must submit a current complete Standard Form 255 (SF 255,REV.11-92)), "Architect-Engineer and Related Services Questionnaire for Specific Project" and any supplemental data which documents the firm's qualifications. In addition to any other information furnished in Block 11 of SF 254 and Block 8(e) of SF 255, indicate the contractual dollar amount of work actually awarded to, and performed, solely and independently, by the firm(s) shown in Block 3 and 6 of the SF 255 submitted in response to this synopsis. A brief Management Plan must be included in Block 10 of SF 255, to include an explanation regarding the role of any subcontractors, quality control procedures between the prime firm and subcontractors, and an organizational chart showing the inter-relationship of management and various key personnel and key team components (including subcontractors). Firms must also submit a list of all significant equipment, in addition to specialized hardware/software currently owned, licensed (if applicable), and available for use in the resulting contract. Include all applicable ACASS number(s) for the firm in SF 255, Block 2b; if no ACASS number(s) have been assigned to the firm, indicate as such in SF 255, Block 2b. For ACASS information, call 503-808-4591 or 4590. Interested firms must provide submittals to the above office address not later than 4:00 PM Eastern Standard Time on 11 June 2001. Submittals after this date and time will not be considered.
Web Link
US Army Corps of Engineers (http://www.gpo.gov/procurement/index.html)
Record
Loren Data Corp. 20010510/CSOL003.HTM (W-128 SN50L578)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 8, 2001 by Loren Data Corp. -- info@ld.com