Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Geotechnical Design, Laboratory Testing and Environmental Services
THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SMALL BUSINESS SOURCES FOR the Acquisition of a single Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Geotechnical Design, Lab... THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SMALL BUSINESS SOURCES FOR the Acquisition of a single Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Geotechnical Design, Laboratory Testing and Environmental Services. The work will be performed primarily within the New Orleans District, in addition to Districts within the Mississippi Valley Division, and for work in support of other Districts along the Gulf Coast region. Solicitation Number: W912P8-19-SS-0007 THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-19-SS-0007. The North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services, and 541380, Testing Laboratories. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized for Acquisition of one Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Geotechnical Design, Laboratory Testing and Environmental Services. For the new Geotechnical and Environmental contract, the successful offeror will be required to perform soil borings, testing, logging; periodic structural inspections, levee inspections; environmental materials and HTRW assessments, investigations, testing and monitoring; reporting and geotechnical oriented analyses and designs to be incorporated into the work being performed, as well as setting permanent benchmarks and related services as requested by delivery orders. The Contractor shall provide as a minimum: three (3) 4-person drill crews and two (2) crews must be stationed within 50 miles of New Orleans District Headquarters building; two (2) 2-person survey crews; capacity to produce up to 10 triaxial 3 point UU tests and 25-Atterberg limits per day; four (4) Registered Professional Engineers specialized in Geotechnical Engineering practice; engineering/soils/concrete lab technicians; soil/concrete field technicians, CADD draftspersons, Geologists, inspection team personnel, and environmental scientists and specialists. The Contractor shall have ready access to the following equipment at a minimum: three (3) core drill rigs with off road access capability (undisturbed drill rig Central Mine Equipment (CME) 750 or equivalent) capable of a continuous 4 foot push, two (2) wireless-type pile driving analyzers, two (2) soil probes, two (2) cone penetrometer rigs, two (2) shear vanes, ten (10) vibration monitoring devices, three (3) noise monitoring devices, three (3) triaxial test cells, five (5) 4 inch diameter consolidometers, one (1) direct-shear machine, one (1) direct-simple shear machine, two (2) ovens capable of determining organic content, and two (2) flat boats with outboard motors. The Contractor shall have adequate temperature controlled space for storage of undisturbed samples before testing, and until instructed to discard such samples. The Contractor shall maintain and operate a USACE Validated laboratory within 50 miles of the New Orleans District Headquarters building to perform soil and concrete ASTM/USACE test procedures; referenced ASTM standards shall be the latest version available; provide facilities to cure and test ten (10) concrete compressive strength samples a day; automatic soil compaction hammer; and two (2) nuclear densometers soil testers. The Contractor shall have capacity to produce CADD drawings utilizing CADD programs fully compatible with the Bentley MicroStation CADD software, Version 8 (or later). All interested firms are invited to submit a capability statement of no more than five (5) pages back and front, and no smaller than 12 point Times New Roman font. The capability statement should demonstrate the interested firm's understanding, capability, approach, qualifications, and past experience in meeting the work requirements identified in Attachment # 1. Finally, interested firms should identify challenges and risks associated with meeting the requirements of Attachment #1 and how the organization would minimize those risks. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience as required by the tasks of Attachment #1. Moreover, all capability statements must also include (not counting towards the 5 page limit): the name of the firm, or firms if a teaming arrangement is proposed, point of contact, phone number, address of firm(s), and the DUNS number for the prime entity. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this SOURCES SOUGHT must clearly discuss the tasks that the small business firm intends to perform; and, the specific areas that the large business teaming partner intends to perform. Please note that at least 51% of the total cost of all services provided must be incurred by or for personnel of the small business firm pursuant to the FAR clause at 52.219-14 entitled "Limitations on Subcontracting (NOV 2011)". In addition to the Capability statement, all interested firms shall complete Attachment #2, Questionnaire for Sources Sought Information. The completed Attachment #2 shall be submitted along with all other documents as required by this SOURCES SOUGHT synopsis and RFI. IMPORTANT: Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be emailed to Rachel A. Woods, Rachel.A.Woods@usace.army.mil no later than 4:00 p.m. Eastern Time on Monday, May 6th, 2019. USACE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process. NOTE: Contractors must be registered in SAM (System for Award Management) to be eligible to submit a proposal and be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for this potential procurement. Contracting Office Address: Attn: CEMVN-CT-W 7400 Leake Ave New Orleans, Louisiana 70118 United States Primary Point of Contact: Rachel A. Woods Contract Specialist Rachel.A.Woods@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »