MODIFICATION
C -- Indefinite Delivery Architect-Engineer Contract for Geotechnical Design and Related Services, Primarily Various Locations, Alaska
- Notice Date
- 11/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-13-R-0015-SS
- Point of Contact
- Kimberly D. Tripp, Phone: 907-753-2549
- E-Mail Address
-
kimberly.tripp@usace.army.mil
(kimberly.tripp@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: REVISED DESCRIPTION OF SERVICES - IF YOU HAVE ALREADY RESPONDED A NEW RESPONSE IS NOT REQUIRED. INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR GEOTECHNICAL DESIGN AND RELATED SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA **THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.** The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to design and construct the following proposed project: Required services are for Geotechnical Design and Engineering Services for Design Support. Design Support includes, but not limited to, geotechnical design recommendations, subsurface/field investigation, and reports/studies including design failure reports and forensic analysis of vertical/horizontal facilities, pavements and structures; safety inspection of existing facilities, material and soils testing of facility components, and environmental soils investigation ( hazardous, toxic, or radiological (HTRW)). The A-E may also be required to provide recommendations for planning, design and construction of foundations, pavements, earth structures, dams, levee, harbors, embankments, slopes; analysis of static and seismic stability; evaluations of geological fault foundation and structural systems of existing facilities; identification and abatement methods of hazardous materials within the project. Design and engineering deliverables may include narrative geotechnical recommendations, plans, specifications, basis of design, cost estimates, design reviews, field and laboratory test results, analysis of test results, and reports/studies. Geotechnical Design and Engineering Services are required for Design Support for Various Projects. Planned projects will cover, but not limited to, new construction, repair, and alteration of a variety of sites and facilities in developed, un-developed, remote, marine, arctic, sub-arctic sites throughout Alaska, and the USACE Pacific Ocean Division (POD) region (i.e. Hawaii, Japan, Korea, and other Pacific Rim areas.) Task Order scope may require support and coordination with various architectural and engineering disciplines including cost and environmental engineers. Scope may also require addressing related construction issues such as, phasing and sequencing of work in occupied and unoccupied facilities, disruptions of both utilities and operations of the site and building occupants during construction. The A-E will be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis, to perform the services described above as well as supervising field geotechnical investigations using either Government furnished, in-house, or subcontracted drilling personnel and drilling equipment as directed by the government, furnishing of sampling supplies and instrumentation, developing and implementing geotechnical and/or chemical Q A/QC sampling, work, and analysis plans, conduct employee exposure assessments to document worker exposures for regulatory compliance, writing work plans and health and safety plans, shipping to and testing of samples at Corps validated laboratories, performing geotechnical or chemical data review consistent with USACE and ADEC protocols. Arctic design experience is required of both in-house and subcontracted personnel. The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform to and are compatible with the USACE CAD systems and District Data Management Plans through the life of this contract, for all projects. The AE will be required to use the ProjNet design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Firms should have access to laboratories which are validated under NELAC, ADEC, and USACE. The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, and the related small business size standard is $14 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than November 26, 2012, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (Tripp), PO Box 6898, JBER, AK 99506-0898 or via email to Kimberly.Tripp@usace.army.mil Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and business size under NAICS 541330 (2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), etc) (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed System for Award Management (SAM) registration, as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-13-R-0015-SS/listing.html)
- Place of Performance
- Address: Various Locations, Alaska, United States
- Record
- SN02926010-W 20121109/121107234959-8284fc771be468e710bf979a0c61ce17 (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 |