SOLICITATION NOTICE
C -- IDIQ for GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES
- Notice Date
- 8/17/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-16-R-0025
- Archive Date
- 10/4/2016
- Point of Contact
- Brian K. Wing, Phone: 5038084619, Thomas J. Cohick, Phone: 5038084615
- E-Mail Address
-
Brian.K.Wing@usace.army.mil, thomas.j.cohick@usace.army.mil
(Brian.K.Wing@usace.army.mil, thomas.j.cohick@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: The resulting contract will be an Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ), firm fixed price contract for Geological and Geotechnical Engineering Services. This IDIQ contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications outlined in Federal Acquisition Regulation (FAR) 36.602-1 and DFAR 236.602-1 for the required work. This synopsis will facilitate the award of one contract with capacity of $10 million and a duration of five years starting from the award date. The maximum task order amount is expected to be $500,000, with an average task order amount being in the $150,000 range. North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $15 million or less in average annual receipts over the last 3 years. The wages and benefits of listed services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act under http://www.wdol.gov, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Department of Defense (DOD) System for Award Management (SAM). Register via the SAM Internet Site at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220. This announcement is set aside for small businesses. As a small business your firm will be required to perform at least 50% of the work assigned as described in FAR part 19.811-3(e) and 52.219-14. The Brooks Act applies to geologic and geotechnical professionals. In addition all applicants must meet the requirements of a "firm" as defined in the Brooks Act. The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District. The Portland District may elect to transfer capacity to other USACE Districts within the Northwestern Division which includes, Seattle, WA; Walla-Walla, WA; Kansas, MO; and Omaha, NE. 2. PROJECT INFORMATION. A-E geotechnical engineering and engineering geology services for the evaluation, analysis, design, and inspection of civil works projects is needed. The location of work performed under this contract shall be stated in the individual Task Orders. However, the Government expects the bulk of the Task Orders to be issued by USACE, Portland District (CENWP). Services required include, but will not be limited to: a. Field investigations including geophysical explorations; groundwater and water well investigations; landslide investigations; drilling, sampling, and logging of soils and rocks from land and over water; and in-situ testing. b. Laboratory testing to determine soil and rock properties. c. Design and temporary installation of instrumentation including piezometers, monitoring wells, and inclinometers. d. Site characterization including geologic mapping, subsurface interpretations, evaluation of soil and rock conditions and properties, and groundwater conditions. e. Design of features to support construction activities, such as excavations, dewatering, and temporary retaining structures. f. Analysis and design for seepage, slope stability, shallow and deep foundations, retaining walls, embankments, and ground improvement. g. Analysis and design of rock masses including blasting, rock supports, rock slopes, rock foundations for structures, tunnels in rock, and foundation grouting. h. Seismic analysis and design including ground motion studies, seismic analysis of existing structures, and seismic design of new structures. i. Consulting on the analysis, design, and construction of roller-compacted concrete structures. j. Preparation of documents including geotechnical data reports, analysis reports, design documentation reports, plans and specifications, and post-construction reports. 3. SELECTION CRITERIA Selection criteria for this contract will be based upon the following selection criteria, listed in descending order of importance (first by major criterion and then by sub-criterion). Criteria "A" through "E" are primary, criteria "F" is secondary, used only as a "tie-breaker" among technically equal firms. a. Specialized Experience and Technical Competence. Specialized experience and technical competence in the type of work described in Project Information Items (a) through (j) above. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. b. Professional Qualifications. The selected firm must have the professional qualifications necessary for satisfactory performance of required services listed in the Project Information. The evaluation will consider the firm's education, registration, technical certification, training, and length of experience relevant to the Project Information items (a) through (j). The following disciplines with specific requirements required will be evaluated: Project Manager; Geotechnical Engineers; Geologists; Geophysicists (note: registration not required); Earthquake Engineer and Civil Engineer with roller compacted concrete experience. c. Knowledge of the Locality. Familiarity with geologic and geotechnical conditions within the boundaries of NWP which include Central and Western Oregon and Southwest Washington. d. Past Performance. Relevant Past Performance on contracts with Government agencies and private industry over the past five years in terms of cost control, quality of work and compliance with performance schedules. Evaluation shall consist of information contained within the DoD A-E Contractor Performance Assessment Reporting System (CPARS) as well as of other Federal, State, and other past performance information provided by the Contractor. For examples of past performance not associated with CPARS, the Contractor shall provide reference information to include project name, point of contact, current phone number and email address. Also include any ratings, letters of appreciation, awards, etc., for relevant experience. e. Capacity to Accomplish the Work. Provide how you handle and perform up to 3 concurrent task orders with a value of $150,000 in 120-days, with your team while being compliant with FAR part 19.811-3(e), 52.219-14 and 13 CFR 125.6(a)(1) & (2). Tie-Breaker f. Equitable Distribution of DOD Contracts. Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms shall be evaluated and used in the event of a tie. 4. SUBMISSION REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original and two hard copies and one CD of Part I and Part II of the SF 330 (6/2004) for the prime and all sub-contractors, to the below address not later than Monday, September 19, 2016 at 2:00 p.m. (Pacific Time Zone) to: USACE Portland District Contracting Division 333 SW First Avenue Portland, OR 97204-3495 ATTN: Brian K. Wing, CECT-NWP-CT-C W9127N-16-R-0025 -- Geologic and Geotechnical Services Additional information on how to prepare an A&E submittal can be found in Engineering Pamphlet (EP) 715-1-4 - Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers (9/30/2004) USACE publications website: www.publications.usace.army.mil. This procurement is open to small business entities under the NAICS Code 541330. The small business size standard is $15 million. All responses must be received by the specified due date and time to be considered. ANY RESPONSES RECEIVED AFTER THAT DATE AND TIME WILL NOT BE CONSIDERED. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. All questions shall be submitted in writing to Brian K. Wing via email: Brian.K.Wing@usace.army.mil and Thomas Cohick via email Thomas.J.Cohick@usace.army.mil. The cut-off date for submitting for all questions shall be Friday, September 9, 2016 at 5:00 p.m. (Pacific Time Zone). This is not a request for price proposal. Solicitation packages are not provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0025/listing.html)
- Place of Performance
- Address: 333 S.W. First Avenue, Portland, Oregon, 97204-3495, United States
- Zip Code: 97204-3495
- Zip Code: 97204-3495
- Record
- SN04227401-W 20160819/160817234420-1da2cec4fc8624a5fb40bf5c91c40628 (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 |