Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2012 FBO #3830
SOURCES SOUGHT

C -- Geotechnical Architect/Engineering Services for Seattle District

Notice Date
5/18/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD9396436
 
Response Due
6/1/2012
 
Archive Date
7/31/2012
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR Geotechnical Architect/Engineering Services. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPS. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. Interest in this announcement is to determine the availability and capability of both Large and Small businesses located in Washington, Oregon, Idaho and Montana. The purpose of this notice is to gain knowledge of potentially qualified Large Businesses, Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 541330, Engineering Services. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $14 million. Large business firms will be required to submit a detailed subcontracting plan specific to the subcontracted work (compliant with FAR 52.219-9). If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Firms formally organized as design firms that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures' or as key team subcontractor. Any legally organized Offeror may submit information, provided that the Offeror or Offeror's subcontractor has or will have professional architects and engineers, registered in the appropriate technical disciplines. PROJECT INFORMATION: The Seattle District intends to negotiate awards with 3-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Firm Fixed Price (FFP) task orders with a dollar capacity of $3 million. IDIQ contracts will be awarded supporting within Seattle District boundaries. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. SELECTION CRITERIA: The Offeror and consultants shall be considered minimally qualified if they meet all of the below criteria. This experience shall be demonstrated with projects that are at least 75% project progress completed or projects that are substantially complete, no longer than five (5) years ago preceding the date of this Sources Sought solicitation. 1)Ability to conduct business within Washington, Oregon, Idaho, and Montana, an office is desired in any or each state. 2)Be capable of supporting multiple projects (up to five), under design and construction, within Washington, Oregon, Idaho, and Montana or at Joint Base Lewis-McChord, WA, simultaneously. 3)Staff in the following disciplines: Project Engineer, Geologist, Hydrogeologist, Geotechnical Engineer, Structural Engineer and Instrumentation Engineer shall be licensed the state that the work is to be conducted. 4)Experience in performing laboratory testing of overburden samples to determine gradation, moisture content, plasticity, shear strength, and consolidation characteristics as appropriate for the analyses and design activity. Perform laboratory testing on rock samples. 5)Experience in performing engineering geologic mapping of rock and overburden deposits and analyses of drilling and mapping data in light of areal or regional geology, as it applies to specific projects. 6)Experience in performing subsurface geologic investigations using geophysical methods including, but not limited to, refraction seismic, ground-penetrating radar, electro-magnetics, resistivity, magnetics, and sub-bottom acoustics, including interpretation. 7)Experience in performing engineering analyses and design studies, including stability and seepage analyses, ground water, and foundation design analyses as appropriate in accordance with accepted professional practice, and using data furnished by the Government or obtained from exploration, geologic mapping, and laboratory testing programs. 8)Experience conducting subsurface investigations using techniques not limited to: test pits, cone penetrometer investigations, and exploration drilling using sonic, rotary, auger, diamond core-drilling, churn, wash-boring and other drilling equipment. Exploration drilling will include the services of qualified staff geologists or soils engineers as appropriate for full-time inspectors. 9)Experience conducting drilling investigations in unique topography and difficult environments such as drilling off of barges in tidally influenced waters, use of helicopter emplaced drill rigs on steep slopes and drilling on soft sediments typical of lacustrine or floodplain environments. 10)Experience in installation of geotechnical instrumentation (grouted piezometers, multipoint borehole extensometers, load cells, joint meters, tilt meters, inclinometers), programming, automatic data acquisition systems (ADAS) and data management. 11)Experience planning, preparation, conducting, and concluding site-specific investigations, remedial investigations and feasibility studies consistent with hazardous and toxic waste (HTRW) site clean- up legislation. Perform groundwater contamination analyses, including numerical modeling (e.g., GMS Modflow, EVS Pro). 12)Experience performing groundwater flow and seepage modeling for geotechnical site investigations, designs, and monitoring. 13)Experience in all aspects of excavation analysis and design and construction including slope stability analyses for slopes/wall faces in soil and rock, excavated slopes, tunnels, and dam embankments and close-in blasting safety for critical structures. Develop slope/tunnel stabilization measures and designs (e.g., Fast Lagrangian Analysis of Continua (FLAC) analysis). 14)Experience conducting seismic hazard and seismic site response studies for dams and other structures including developing site specific response spectra. 15)Experience conducting dam safety evaluations including potential failure modes analysis, risk analysis, and development of interim risk reduction measures for dams and their abutments/foundations. SUBMISSION REQUIREMENTS: Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Friday, June 1, 2012. The responses should be forwarded to the attention of Gene Sulton, Contract Specialist, by email: gene.t.sulton@usace.army.mil, or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CENWS-CT-C, Gene Sulton, PO Box 3755, Seattle, WA 98124-3755.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD9396436/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02752035-W 20120520/120518235636-b84a6f4222c0d523ade26efe830c3349 (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.