Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2006 FBO #1809
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity A-E Contract for Geotechnical Design and Investigations, primarily within the geographic boundaries of the South Pacific Division, Corps of Engineers.

Notice Date
11/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-R-0003
 
Response Due
12/7/2006
 
Archive Date
2/5/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: 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. A-E services are required for military installations and civil locations, and Support for Others locations within the geographical area services by the Sacramento District, and other Districts within the South Pacific Division. Military boundaries include CA, AZ, NV, and UT while civil boundaries include CA, OR, NV, UT, AZ, WY, and CO. Task Orders under this contract may also be issued by other Districts within South Pacific Division, (San Francisco, Los Angeles, and Albuquerque). The A-E services are requir ed to perform (a) foundation exploration, inspection and interpretation; (b) rock, soil or material sampling and testing; Note: For testing, the Contractor shall use an independent commercial laboratory that has been validated by abbreviated audit by the Corps of Engineers, Materials Testing Center (MTC), for the required test methods. To receive validation by abbreviated audit by the MTC, the laboratory shall complete the required form and submit copies of its AASHTO accreditation certificate, applicabl e AMRL and/or CCRL inspection reports, and responses to any deficiencies to the MTC no later than 7 days after the contract award. The cost for this validation by the MTC is $3500 at this time, plus travel costs, and shall be the responsibility of the Con tractor. The above information shall also be submitted for Government Approval as part of the Contractor's Quality Control Plan. No materials testing shall be performed until the laboratory has been validated by the MTC and approved by the Resident Engin eer. Further information regarding laboratory validation can be obtained by visiting http://www.wes.army.mil/SL/MTC/LabValSteps.htm; (c) geologic mapping of existing surface conditions and/or exposed foundation conditions; (d) seismo-tectonic analyses (fa ult activity and liquefaction studies) with emphasis on Quaternary geology for structures and facilities; (e) photogeologic interpretation and imagery analysis; (f) hydrogeologic investigations and interpretation which may include monitoring wells and prod uction water wells; (g) geotechnical design and engineering for dams, levees, pavements, and structures; (h) geophysical explorations and interpretation; (i) preparation of reports of findings, conclusions and recommendations, plans and specifications for construction; and (j) preparation of maps, plates and drawings using Autocad and/or Microstation software. These designs, analyses, and services are required for military installations and civil locations, and Support for Others locations within the geogr aphical area serviced by the civil and military boundaries of the South Pacific Division. However, work may be awarded for projects located outside the above stated geographical boundary on an excepted basis as decided by the Contracting Officer. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for geotechnical studies and designs. A specific scope of work and services will be issued with each task order. The North Amer ican Industrial Classification System Code (NAICS) is 541330, which has a small business size standard of maximum $4.5 million of average annual receipts for its previous 3 fiscal years. This announcement is open to all firms regardless of size. One or m ore contracts will be negotiated and will be awarded within one year after the required response date to this announcement. The contract will be for maximum one-year base period from the date of award and will contain options to extend 2 additional period s. The contract amount for the base period and any option period will not exceed $1,000,000 for each period. The total contract amount shall not exceed $3,000,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rated will take effect on the anniversary date of the contract award. If the To tal Estimated Price of the base year or any option year is not awarded within that years 12 month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estim ated Price of the option period contract amount. Since more than one contract may be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair oppo rtunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task order s, timeliness of previous task orders, cost control, the firms strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be inc luded in the resultant contracts. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52,219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be a least equal to those determined by the Department of Labor under th e Service Contract Act, as determined relative to the employees office location (not the location of the work). A detailed sub-contracting plan is not required to be submitted with the SF 330, however, large business firms must indicate their plan to do s o in block H of the SF 330. Sacramento Districts recommended goal for work intended to be subcontracted is 51.2% for small business. The goal further states that of the 51.2% to be subcontracted to small business, 8.8% is for small disadvantaged busines s (subset to small business), 7.3% is for small business/woman owned (subset to small business), 3.1% for HUBZone small business (subset to small business) and 1.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the se lected firm is a large business and submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management struc ture. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.bpn.gov/CCRINQ or by contacting the DoD Electronic Commerce Information Cent er at 1-800-334-3414, and complete electronic annual representations and certifications at http://orca.bpn.gov. 2. PROJECT INFORMATION: Task orders under this contract will use ASTM standards for soil classifications and Department of the Army criteria for geotechnical description of rock and rock masses, and AE/C CADD Standards for drawings. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD or MicroStation environment, although the majority of work shall be prepared in the MicroStation environment. GIS work may be fi eld, desktop or Internet based. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in Auto CAD or MicroStation, in the same environment as designed in accordance with https://tsc.wes.army.mil/products/standards/aeguide/index.asp, per AE Deliverable Guidelines at https://tsc.wes.army.mil/products/standards/aeguide/aecadd.asp. The target platfor m is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF or Computer-aided Acquisition and L ogistic Support (CALS) CCITT Group 4 raster format, as directed. The specifications will be produced in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoCAD software released 2004, or in MicroStation V8.5. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Boar d System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Second Generation MI I)(software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F through G are secondary and will only be used as tiebreakers among technically equal firms. A.. Specialized experience and technical competence in performing geotechnical jobs in each of the categories listed in the project information above. When applicable, significant expertise for work within the Sacramento District boundaries will be considered in determi ning the most highly qualified firms. B. Past performance on Corps of Engineers, DOD, and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel who are certified, reg istered, and highly trained in the following key disciplines: Civil Engineer; Hydraulic Engineer; Geotechnical Engineer; Cost Engineer; Hydrogeologist; Geologists; Seismologists; Surveyors; GIS Specialists; GIS Technicians; CADD Designers; CADD Technicians ; and CADD Operators. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations within the required timefra me, including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the Sacramento District area of responsibility. G. Extent of participation of small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office s hown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 100 pages, not counting any dividing page used to identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization ch art for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitti ng office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. POINT OF CONTACT: Mr. William Mullery (916) 557-6944. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01177561-W 20061109/061107220953 (fbodaily.com)
 
Source
FedBizOpps 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.