Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2003 FBO #0423
SOLICITATION NOTICE

C -- Architect and Engineering Services for Geotechnical Services primarily within the Great Lakes and Ohio River Division mission boundaries

Notice Date
1/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Louisville - Civil Works, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-2358-9706
 
Archive Date
4/28/2003
 
Point of Contact
Dana Craig, (502) 315-6180
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville - Civil Works
(dana.l.craig@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA TITLE: ARCHITECT-ENGINEER SERVICES FOR ONE INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT PRIMARILY FOR GEOTECHNICAL ENGINEERING SEVICES WITHIN THE OHIO RIVER AND GREAT LAKES DIVISION MISSION BOUNDARIES 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 Louisville District mission boundaries of Ohio, Indiana, Illinois, Michigan, and Kentucky. However, projects outside the primary area of responsibility may be added at the Government?s discretion upon the agreement of the selected firm. The projects will be awarded by Individual Task Orders anticipated in the range of $250,000 with the maximum contract value being $3,000,000. The contract period is cumulative, not to exceed three years from the date of award. Metric dimensions, in whole or part, will be required for the authorized projects unless otherwise specified. All drawings a nd/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 a ll businesses regardless of size. If a large business is selected to negotiate a contract, the firm must comply with FAR 52.219.9 and Public Law 95-507 regarding the requirement to submit a subcontracting plan prior to award. The current subcontracting go als are 71.1% to Small Business, 10.2% to Small Disadvantaged Business, 10.6% to Women-Owned Small Business, 3% to Service Disabled Veteran Owned Small Business, and 3% to HUBZone Small Business. These percentages are applied to the total amount of subcont racted dollars. The projects may require partnering with the selected firm which could require the selected A/E to attend a partnering meeting to define the District's expectations of the A/E, create a positive working atmosphere, encourage open communica tion, and identify common goals. Significant emphasis will be placed on the A/E's quality control procedures as the District performs the quality assurance role only. To be eligible for award, a firm must be registered in the DoD Central Contractor Regist ration (CCR) database via the CCR internet site: http://ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Activities such as soil and rock drilling for engineering investigations, instrumentation, inspection of subsurface investigations, laboratory testing, 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, a nd 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. SELECTION CRITERIA:. Criteria a-e are primary. Criteria f-h is secondary and will only be used as ?tie-breakers? among technically equal firms. The specific selection criteria are listed in descending order of importance as follows and must be documen ted in the SF255: a) Professional Qualifications: The evaluation will consider education, training, registration, voluntary certifications, overall and relevant experience, and longevity with the firm. Resumes of at least two individuals (designer and che cker) trained, experienced, and practicing in geology, geotechnical engineering (soils engineering), civil engineering, and structural engineering (independent of civil) are required, at least one in each field must be regi stered. In addition, certified or registered soil laboratory technicians and qualified drill operators and helpers are required. b) Specialized experience and technical competence in seismological studies, stability analyses, seepage analyses, dam safety inspections and reporting in accordance with the National Dam Safety Inspection Program, geophysical studies, tunneling in soil and rock, and floating plant operation. Individuals performing the subsurface inspections must have at least two years experie nce 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 special ized experience of the group are necessary. Other available personnel may be specified in paragraph 10 of the SF 255. In addition, provide in Block 10, 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. c) Capacity. Drilling capability and instrumentation installation with three (3) two (2) man drill crews readily a vailable with an one (1) week notice and three (3) additional two (2) man drill crews readily available with a three (3) week notice. d) Past Performance on DOD and other contracts with respect to cost control, quality of work, and compliance with perform ance schedules. e) Superior Performance Evaluations on recently completed DOD contracts. f) Knowledge of the locality (e.g. Geotechnical knowledge of District work area). g) Volume of DOD contract awards in the last 12 months 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 (i f 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. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF-255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the Office sh own above. All responses to this announcement must be received no later than 27 February 2003 at 4:30 p.m. local time. Electronic submittals will not be accepted. B. It is requested that interested firms list the fee amount and date of all DOD contract s 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 that do not have a current (within the past 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 minor ity) should be indicated in Block 3 of the SF-255. Definition: A concern is small if the annual receipts averaged over the past three fiscal years do not exceed $4.0 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. Solicitation packages are not provided for A/E contracts. To receive information or to receive an ACASS number, call (503) 808-4 591. Any firm with an electronic mailbox responding to this solicitation should identify such address in Block 3 of the SF-255. Release of firms? status will occur within ten (10) days after appr oval of any selection. This is not a request for proposals.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - Civil Works 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00247330-W 20030129/030127213352 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.