SOLICITATION NOTICE
C -- Geotechnical A-E Services in Support of the U.S. Army Corps of Engineers (USACE), Seattle District
- Notice Date
- 9/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-04-R-0048
- Response Due
- 10/5/2004
- Archive Date
- 12/4/2004
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
Email your questions to US Army Engineer District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Any questions regarding this solicitation should be address to: J. Alex Smith at j.alex.smith@usace.army.mil. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The work will include Geotechnical A -E Services as identified in individual task orders, including but not limited to, subsurface exploration and documentation, land and water-borne geophysical investigations, surface geologic mapping, embankment design, foundation analysis, rock mechanics, tunneling design, seismic site evaluation, geotechnical site evaluation, blasting design, groundwater studies, including modeling and aquifer test analysis, water well design and well/aquifer testing, installation of piezometers, inclinometers, or other ge otechnical instrumentation, production and delivery of plans and specifications, geotechnical studies. The North American Industry Classification System (NAICS) Code is 541330 with a size standard of $4.0 million. Proposed procurement will result in a o ne-year, fixed price indefinite delivery contract with two (2) options to extend for one additional year per option exercised. Total contract amount shall not exceed $1,000,000.00 for the base year and $500,000.00 per option year with a cumulative contract total not to exceed $2,000,000.00. The estimated date of the award of contract will be November 2004. This announcement is open to all business regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regardi ng the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are a. 57.2% of planned subcontracting dollars can be placed with all small business concerns. B. 10% of planned subcontracting dollars can be placed with those small business concerns owned and controlled by socially and economically disadvantaged individuals or Historically Black Colleges and Univers ities or Minority Institutions. NOTE: c. is a subset of a. Also, the women-owned business may meet the definition of a small disadvantaged business. If so, c. will also be a subset of b. (Count firm in all applicable areas.) d. 3% of planned subcontracting dollars may be placed with HUBZone firm may also SDB, women-owned and/or veteran-owned. Count firm in all applicable areas). E.3% of planned subcontracting dollars for veteran-owned small business. NOTE: e. is a subset of a. Go to http://www.va.gov/osdbu /vetctr.htm or http://www.sba.gov/VETS/ for questions concerning the Veterans Business Development program. F. 3% of planned subcontracting dollars may be placed with service-disabled veteran-owned small business. NOTE: f. is a subset of a. and e. The esti mated award date of the contract will be on or about November 2004. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. PROJECT INFORMATION The purpose of this solicitation is to acquire Geotechnical Services on various civil works and military projects serviced by Seattle District Corps of Engineers in the states of Washington, Oregon, Montana, and Idaho. The work will be divided into work or der segments with the following types of projects anticipated: sub surfaces exploration and documentation; land and water-borne geophysical investigations; surface geologic mapping; embankment design; foundation analysis; rock mechanics; tunneling design; seismic site evaluation; geotechnical site evaluation; blasting design; groundwater studies including modeling and acquirer test analysis; water well design and well/aquifer testing; installation of piez ometers, inclinometers, or other geotechnical instrumentation; production and delivery of plans and specifications; and geotechnical studies. SELECTION CRITERIA; The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criterion a-d are primary. Criterion e-g are secondary and will only be use d as tie-breakers among firms that are essentially technically equal. Significant evaluation criteria in descending order of importance are the following: (a) Professional qualifications of firms staff and consultants to be assigned to this project. (b) Specialized experience of firm in types of work required. (c) Capacity of firm to accomplish the work locally and in the required time. (d) Location of the firm in the general geographical area. (e) Prior performance on Department of Defense contracts, or other contracts. (f) The extent of participation of SB, SDB or Women-owned firms, historically black colleges and universities (HBCU), and minority institutions will be measured as a percentage of the total anticipated contract effort, regardless of wheth er the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. (g) Volume of work previously awarded by the Department of Defense to the firm with the object of effecting an equitable distribution of contracts among qualified A -E firms in the last 12 months. SUBMISSION REQUIREMENTS. Interested firms possessing the capabilities to perform this work must submit one copy of standard Form (SF) 330 for the prime firm and all consultants to the above address not later than the response date indicated above. Include the firms Architect-Engi neer Contract Administration Support System (ACASS) number in SF 330, Block 3b. For ACASS information, call (503)808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, Attn: J. Alex Smith, P.O. Box 3 755, Seattle, WA 98124-3755. Hand-carried submittals should be addressed to: U.S. Army Corps of Engineers, Seattle District, Attn: J. Alex Smith, 4735 E. Marginal Way South, Seattle, WA 98134-2389. Solicitation packages are not provided. This is not a requ est for proposal. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN00665460-W 20040905/040903212402 (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 |