A-E SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR GEOTECHNICAL SERVICES FOR THE KANSAS CITY DISTRICT,US ARMY CORPS OF ENGINEERS
Establishment of Architect-Engineer Selection Board for Specialized A-E Services Indefinite Delivery Contract for geotechnical laboratory testing, geotechnical engineering services, drilling services,... Establishment of Architect-Engineer Selection Board for Specialized A-E Services Indefinite Delivery Contract for geotechnical laboratory testing, geotechnical engineering services, drilling services, construction quality assurance testing, rock testing and construction materials testing services for civil works, military and environmental projects primarily in the Kansas City District, U.S. Army Corps of Engineers. General Information Document Type: Synopsis for geotechnical laboratory testing, geotechnical engineering services, drilling services, construction quality assurance testing, rock testing and construction materials testing services. Solicitation Number: W912DQ-19-R-1044 Posted Date: 5 April 2019 Original Response Date: 6 May 2019 Current Response Date: 6 May 2019 Classification Code: C - Architect and engineering services 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. The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue one, Indefinite Delivery Contract (IDC) to support the Civil Works and Military programs assigned to the Kansas City District, U.S. Army Corps of Engineers by providing geotechnical laboratory testing, geotechnical engineering services, drilling services, construction quality assurance testing, rock testing and construction materials testing services within the U.S. Army Corps of Engineers. The solicitation will be available through the FedBizOpps website at www.fbo.gov Selection will be made for one, Indefinite Delivery Contract, negotiated and awarded to the most highly qualified A-E firm, with a contract period of five years. The total amount of work will not exceed $3,000,000 over the contract period. Work will be issued by negotiated Firm-Fixed-Price (FFP) task orders not to exceed the contract amount. Task orders may be assigned for any work, civil or military, within the jurisdiction of the Kansas City District. Anticipated award for the contract is in fourth quarter of FY2019. Task orders will be negotiated by NWK for work within NWK's Area of Responsibility. Contract capacity may be given to another requesting District, allowing Task Orders to be negotiated and awarded by the requesting District, only if the work is within the requesting District's own Area of Responsibility. The applicable North American Industrial Classification System (NAICS) code associated with this procurement (Laboratory Testing) is 541330. This announcement is open to all businesses regardless of size. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $15 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). Firms interested in responding to this synopsis must submit their information on a Standard Form 330 (SF 330). Any questions regarding this synopsis must be submitted by email to the point of contact in Section 4. In accordance with FAR 4.1102 the prospective awardee shall be registered and active in the System for Award Management (SAM). Instructions for new registration are located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 2. PROJECT INFORMATION. The required A-E services will relate to geotechnical engineering services, drilling services, construction quality assurance, and construction materials testing. They will include, but are not limited to: Geotechnical Laboratory Testing Construction Quality Control Testing Rock and Rockfill Testing Geotechnical Design Services While the primary focus of the contract is geotechnical laboratory testing the work may also involve drilling services. For designated tests, the A-E's laboratory shall be certified or shall be capable to be certified by the Department of the Army, Corps of Engineers, Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory, Waterways Experiment Station, Vicksburg, Mississippi (ERDC). Laboratory certification for the standard tests listed in Part 3 Selection Criteria by ERDC is required for contract award. Project-specific requirements will be described in each individual task order's Statement of Work. Multiple task orders may be awarded with similar completion schedule and overlapping delivery dates for task orders within the Kansas City District. 3. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary and will be evaluated for all firms. Criteria 4.a and 4.b are secondary and will only be used as tie-breakers among technically equal firms. For factors A1 through A5, the basis of evaluation will be the project descriptions in Section F of the SF 330. Factors A1 through A6 are of equal importance. Factors B through E are of less importance than Factors A1 through A6 and are in descending order of importance. The evaluation will consider characteristics such as: breadth, depth and complexity of experience; in geotechnical testing, geotechnical services and drilling services. For factor A6, the basis of the evaluation will be the description of the firm's quality management procedures in Section H of the SF 330. A. Specialized experience and technical competence. More emphasis will be put on those projects that exhibit breadth (quantity) and depth (quality) of experience. For example experience in testing a wide variety of soils types, rock types and materials testing. 1. Experience in geotechnical laboratory testing to support site characterization for design of civil and military projects. It includes extrusion and preparation of high quality undisturbed samples; unconfined compression tests (ASTM 2166); consolidation tests (ASTM D2435), swell and swell pressure tests (ASTM D4546); grain size analyses and hydrometer analyses (ASTM D422, D1140); triaxial shear tests with pore pressure measurements (ASTM D4767, D2850); direct shear tests (ASTM D3080); total sulfates (AASHTO T290); CBR Test (ASTM D1883); relative density (ASTM D4254); pH (AASHTO T289) and permeability tests (ASTM D2435, D5084); 2. Experience in soil and materials testing for construction quality control of civil and military work including standard and modified proctor tests (ASTM D698), D1557); density testing by nuclear method (ASTM D2922); sand cone method (ASTM D1556), Concrete Slump (AASHTO T119), Concrete Density, Yield, & Air Content (ASTM C138), Compressive Strength of Cylinders (ASTM C39), Asphalt Content (ASTM 6307), Specific Gravity Bituminous Mix (ASTM D2726, Percent Air Bituminous Mix (ASTM 3203); 3. Experience in rock and rock fill laboratory testing including absorption and specific gravity (ASTM C127, C128, C97; Sieve Analysis (ASTM C117, C136); resistance to freezing and thawing (ASTM D5312); slake durability ASTM D4644); unconfined compressive strength (ASTM D2938); direct shear test on rock (ASTM D5607); and LA abrasion (ASTM C131). 4. Geotechnical Services. Experience in providing geotechnical design and construction services, including evaluation of subsurface data and test results, preparing calculations and analyses, preparation of design memorandums, reports, pavement and materials designs, specifications, performing QC/QA reviews, and providing construction oversight. 5. Drilling Services. Experience in the various drilling methods and instrumentation installation techniques including disturbed and undisturbed soil sampling, rock coring and in-situ testing. 6. Quality Management Procedures. In SF330, Part 1 Section H describe the firms Quality management procedures including subcontractors. Firms demonstrating a third-party certified (e.g. ISO 9001 or similar) quality management system will be given greater consideration. A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract. B. Professional Qualifications and Equipment: 1. Responding firms shall demonstrate the professional qualifications in these key disciplines: i. Quality managers ii. Project managers iii. Lead geotech iv. Geotechnical engineers v. Geologists vi. lab manager vii. Lab techs viii. Drilling staff ix. Drill manager The basis of evaluation will be information provided in section E of the SF 330. The SF 330 shall include a matrix in Section G showing experience of the proposed lead disciplines on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, and longevity with the firm will be considered. All disciplines are equal in importance. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. The lead personnel for each discipline should be clearly identified in section E. Only one resume (the lead for that discipline) will be evaluated for each discipline. 2. Certifications. List any nationally recognized laboratory certifications in SF 330 Part I, Section H. Also include a summary statement on the firm's intent to obtain or maintain Corps of Engineers Research and Development Center (ERDC) certification. 3. Testing Facility and Equipment. In SF 330 Part I, Section H, describe the firm's laboratory testing facilities, list of lab and drilling equipment. Firms testing facilities and equipment should confirm and support the firm's ability to perform testing and sampling as outlined in A1-A3 Specialized Experience. Special emphasis will be placed on the lab's equipment for extruding, trimming, and testing high quality undisturbed soil samples for testing. C. Past Performance. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330 to identify relevant projects completed within the past five years. If deemed relevant by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors will also be considered. In addition to CPARS and eSRS, the board may seek information on past performance from other sources. D. Capacity. The evaluation will consider the availability of an adequate number of: personnel in key disciplines and (2) availability of equipment and facilities. Indicate the number of each type of equipment on the list in Section H. Special emphasis will be placed on classifications testing (ASTM D2487), unconfined compression (ASTM D2166), consolidation/swell (ASTM D2435, D4546), and soil shear testing (ASTM D4767, D2850, D3080). E. Geographic proximity. Preference will be given to firms with laboratories located within close proximity to the Kansas City metropolitan area. This will minimize disturbance of soil samples during shipping and allow Kansas City District personnel to quickly access the laboratory for sample inspection and evaluation. 4) SECONDARY SELECTION CRITERIA. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance. a) Small Business Participation (not applicable to small businesses). Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. This criterion is not applicable to small businesses. b) Volume of DoD AE contract awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD AE contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD AE contracts among qualified firms. The basis of the evaluation will be information submitted in Section H of the SF 330. 5) SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original copy of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 2:00 PM Kansas City time on 6 May 2019. Copies of the SF 330, Part II, for the prime firm and all consultants should be included in the SF 330. Only one SF 330 Part I for the team as a whole should be included. Include the firm's DUNS and CAGE CODE identification numbers in SF 330, Part I, Section B, block 5. A maximum of ten (10) projects for the proposed team (including joint ventures and teaming partners) may be provided in section F. A "project" is defined as work performed at one site or a single installation. An Indefinite Delivery Contract (IDC) will not be considered a "project" for the purposes of evaluation. If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a project, it should provide the contract number for reference purposes. Project descriptions shall clearly the extent of work completed, the extent of work performed by the team (i.e. disciplines and scope), extent of design completed by the proposed team (i.e. preparation of design-build package; 100% design; report, etc.), and dates of completion for design and construction. Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled. Designs, testing or drilling completed before 2009 will not be considered. Projects for which designs or studies are not complete may be given lesser consideration than completed efforts. Interviews will be held with the most highly qualified firms. Interviews will be conducted telephonically after determination of the most highly qualified firms. The SF 330 should have a total page limitation of 75 printed pages with Section H limited to twenty (20) pages. Each project in Section F is limited to two (2) pages; Part II is excluded from the 75 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as a single page. Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated. For all SF 330 sections, use no smaller than 11 point font. Note: this is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK - C/ Mike McCue 647 Bolling Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 6) INQUIRIES/ QUESTIONS: Questions of a technical nature should be addressed to Jake Owen at (816) 389-3314 and those of an administrative nature to David Best, Contracting Officer, at (816) 389-3404. Questions may be submitted through PROJNET Bidder Inquiry at https://www.projnet.org using key 7FZ5H8-94VNY6.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »