MODIFICATION
C -- An Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to provide Geotechnical Engineering and Related Services various locations within the Corps of Engineers North Atlantic Division (NAD) Boundaries.
- Notice Date
- 3/4/2005
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-05-R-0002
- Response Due
- 4/5/2005
- Archive Date
- 6/4/2005
- Small Business Set-Aside
- N/A
- Description
- An Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to provide Geotechnical Engineering and Related Services various locations within the Corps of Engineers North Atlantic Division (NAD) Boundaries, excluding Europe District, with most project s primarily within the six New England States. 1. CONTRACT INFORMATION: Indefinite Delivery Contract that will provide for the capability to issue a series of task orders not to exceed $750,000 in one calendar year. At the option of the Government, this contract may be extended for two one-year perio ds. The total contract could be worth $2,250,000.00 if all option years are exercised. This announcement is open to all businesses regardless of size. In accordance with FAR clause 52.219-9, if a large business is selected for this contract, a Small and Small Disadvantaged Business Subcontracting Plan must be submitted and approved by USACE and SBA prior to contract award. The Subcontracting Plan is not required with this submittal. The selected firm will be invited to negotiate an acceptable subcontra cting plan. It is the contractors responsibility to provide realistic, challenging and achievable goals to be set forth in the subcontracting plan. New England District encourages all small businesses to participate as prime and should consider teaming with other small businesses. The North American Industry Classification Code (NAICS) is 541330, which has a size standard of $4,000,000 in average annual receipts over the past 3 fiscal years. Award of contract to the subsequently selected firm is anticipa ted in June or July 2005. 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. 2. PROJECT INFORMATION: General geotechnical engineering and related services at various locations in the Corps of Engineers North Atlantic Division (primarily in New England). Work may include studies/designs or evaluations involving soils/geology; geop hysical investigations including borehole logging to determine physical, chemical and other environmental parameters of subsurface soils, bedrock and/or groundwater; application of advanced geophysical imaging techniques for site characterization and in-si tu monitoring; investigation, analysis and determination of groundwater flow, properties and hydraulic parameters; groundwater/seepage analysis; earth and rock structures, including soil and rock anchors; foundation and earth dam design; seismic and slope stability; dam foundation analysis and risk evaluation of earth structures; embankment instrumentation installation; performing and inspecting subsurface investigation programs; and performing inspections and preparing instrumentation reports related to da m safety. 3. SELECTION CRITERIA: See Note 24 for general selection process & criteria. When selecting the best firm for a contract, the Corps of Engineers normally uses the following criteria: (1) Primary Selection Criteria (a) Specialized Experience and Technical Competence (FAR 36.602-1(a)(2)). (b) Professional Qualifications (FAR 36.602-1(a)(1)). (c) Past Performance (FAR 36.602-1(a)(4)). (d) Capacity (FAR 36.602-1(a)(3)). (e) Knowledge of the Locality (FAR 36.602-1(a)(5)). Specialized Selection Criteria for this contract, in descending order of importance, are: a. The firm must have on its own staff or provide through a consultant(s), professional engineers with demonstrated geotechnical expertise registered in all NAD state s (identified above) and the District of Columbia as well as geologists, including registered, professional geologists in applicable states. Firms not meeting this requirement will be disqualified from further consideration. b. Firms should have capabilit y to provide all deliverables in MicroStation SE CADD software, release 7 or higher, electronic digital for mat. The Government will only accept this format, without conversion or reformatting, in the target CADD software format and on the target platform specified herein. The target platform is a PC/Workstation with an Intel compatible central processing unit and a Windows 2000 operating system. c. Firms must demonstrate knowledge of preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps of Engineer (COE) contracts will be prepared u sing COE Guide Specifications and SPECSINTACT. (2) Secondary Selection Criteria (a) SB and SDB Participation (DFARS 236.602-1(a)(6)(C)). The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) measured as a percentage of the total anticipated contract effort, regardl ess of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration (b) Geographic Proximity (FAR 36.602-1(a)(5)). Proximity is simply the physical location of a firm in relation to the location of a project, and has very little to do with the technical ability of a firm to perform the project. Hence, proximity should nor mally only be used as a selection criterion for small or routine projects or ID contracts in support of a specific installation(s). It will have very little bearing on this selection. (c) Volume of DoD Contract Awards (DFARS 236.602-1(a)(6)(A)). DoD A-E contract awards can be obtained from ACASS, and verified and updated during the interviews with the most highly qualified firms. 4. SUBMISSION REQUIREMENTS: Standard Form (SF) 330 for Architect Engineer Qualifications became effective 8 June 2004, and replaces SFs 254 and 255. Interested firms being able to perform this work must submit Parts I and II of the SF 330 for the prime fi rm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Contracting Division. Submissions must be submitted by 4:30 PM EST, on April 4, 2005. Include the firms ACASS number on th e SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the ACASS number for each consultant. If your firm, or any consultant firm, does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database b y calling Lavern Brewster-Jenkins at 503-808-4591. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages (this limit does not include the Subcontracting Plan). A page is one side of a sheet. Font size sha ll not be less than 10 font and margins shall not be less than one inch. The New England District does not retain SF 254s or SF 330 Part IIs on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective imm ediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. For any general or administrative questions, Mr. MacDonald can be reached at 978-318-8718 or via Internet at r obert.c.macdonald@usace.army.mil. All technical questions should be directed to Mr. Tony Firicano at 978-318-8396 or via Internet at anthony.j.firicano@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal.
- Place of Performance
- Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Country: US
- Zip Code: 01742-2751
- Record
- SN00763134-W 20050306/050304212357 (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 |