Architect-Engineer Services for one Indefinite Delivery Indefinite Quantity Contract primarily for Geotechnical Engineering Services within the Ohio River and Great Lakes Division Mission Boundaries
Architect-Engineer Services for one Indefinite Delivery Indefinite Quantity Contract primarily for Geotechnical Engineering Services within the Ohio River and Great Lakes Division Mission Boundaries. ... Architect-Engineer Services for one Indefinite Delivery Indefinite Quantity Contract primarily for Geotechnical Engineering Services within the Ohio River and Great Lakes Division Mission Boundaries. 1. GENERAL CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One (1) firm will be selected for negotiations based on the demonstrated competence and qualifications for the required work. The top ranked firm will be awarded the contract. Projects will be awarded by individual Firm Fixed Price Task Orders anticipated in the range of $25,000 - $250,000 with the maximum contract value being $9,000,000. The contract period is cumulative, not to exceed five (5) years from the date of award. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm must comply with FAR 52.219.9 and Public Law 95-507 regarding the requirements to submit a subcontracting plan prior to award. The selected A/E may be required to attend a partnering meeting to define the District's expectations of the A/E, create a positive working atmosphere, encourage open communications, and identify common goals. Significant emphasis will be placed on the A/E's quality control procedures in accordance with ER 1110-1-12 as the District performs the quality assurance role only. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. 2. PROJECT INFORMATION: Activities such as soil and rock drilling and sampling for engineering investigations, instrumentation installation and evaluation, inspection of geotechnical investigations, laboratory testing (in accordance with ** ER 1110-1-261** & ER 1110-1-8100), stability analysis, seepage analysis, geotechnical evaluations and reports, geotechnical field observations and documentation, material investigations and testing, Dam Safety and Levee Safety related activities, geophysical investigations and reports, volume computations, engineering literature searches, geologic field mapping, seismological studies, surveying, the use of geotechnical software to perform geotechnical analyses (e.g. slope stability, seepage, etc.), shallow and deep foundation analysis and design, and safety are anticipated. Drilling services on land and/or floating plant/barge in rivers may be required. Conventional auger drilling services may include standard penetration sampling, coring, undisturbed sampling, drilling without sampling, instrumentation installation, and may include inspection of the drilling services. Cone penetration testing (CPT) services may also be required and may include pore pressure testing, seismic testing and resistivity testing. Site location surveying may be required. Metric dimensions, in whole or part may be required for the authorized projects. Any CADD system may be used, but submittals must be in accurately translated to Microstation format in conformance to the District CADD standards unless otherwise specified. 3. SELECTION CRITERIA: Criteria (a) through (e) are primary. Criteria (f) and (g) are secondary. The specific selection criteria are listed in descending order of importance as follows and must be documented in the SF330: a) PROFESSIONAL QUALIFICATIONS: The evaluation will consider education, training, professional registration, voluntary certifications, overall and relevant experience, and longevity with the firm. b) SPECIALIZED EXPERIENCE and technical competence of the firm and individual resumes in the project activities identified above and in SF330 Section E, to include: 1. Design-phase geotechnical investigations, analyses and reporting 2. Surface geophysical investigations and reporting (including electromagnetic, electrical resistivity imaging, ground penetrating radar, seismic methods, and other state of the art methods or combination of methods) 3. Borehole geophysical investigations and reporting (including, but not limited to, borehole logging, geothermal conductivity and diffusivity testing, and subsurface metal detection for UXO clearance) 4. Geotechnical laboratory testing (soil and rock) 5. Field permeability testing 6. Cone Penetration Testing (CPT) with pore pressure measurement 7. Instrumentation installation and evaluation (piezometers, slope inclinometers, settlement and displacement movement monuments) 8. Seismological studies 9. Stability analyses 10. Seepage analyses 11. Shallow and deep foundation analysis and design 12. Flexible and rigid pavement design using Corps of Engineers Technical manuals and PCASE software 13. Integration of geotextiles into pavement designs 14. Dam safety inspections and reporting in accordance with the National Dam Safety Inspection Program 15. Risk assessment methodologies for Dam and Levee Safety 16. Levee system inspections (including inspections of earthen levee embankments, 17. Floodwalls, closures, pump stations, and associated system features) c) CAPACITY to complete the work in the required time. The evaluation will consider the experience of the firm and consultants on similar size projects and the availability of an adequate number of personnel in key disciplines. Two (2) 2-person drill crews readily available with a one (1) week notice and three (3) additional 2-person drill crews readily available with a three (3) week notice are required. d) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) KNOWLEDGE OF LOCALITY. Demonstrate knowledge of the geotechnical conditions (e.g. geology, seismicity, subsurface conditions, etc.) in the KY, IN, IL, OH and MI area. f) VOLUME OF DoD contract awards in the last 12 months. g) SMALL BUSINESS PARTICIPATION: The government's evaluation of the offeror's Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members. 4.) SUBMISSION REQUIREMENTS: Offerors must submit one (1) hard copy and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11"x 17" organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted." Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Resumes for three (3) geotechnical engineers and three (3) geotechnical reviewers are required; at least two (2) of the geotechnical engineers and three (3) of the geotechnical reviewers must be registered professional engineers, trained and experienced in geotechnical engineering. Resumes for two (2) trained and experienced registered professional geologists are required. Resumes for two (2) registered professional (engineer or geologist) project manager qualified by training, experience and education is required. Resume for one (1) registered geophysicist qualified by training, experience, and education is required. SF330 Section F: For all projects included in SF330 Section F, the work must be substantially complete. Substantially complete is defined as a project when the project can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, projects must be substantially complete within the last 8 years. SF 330 Section H: In addition, a brief Design Management Plan including an explanation of the firm's management approach; management of subcontractors (if applicable), quality control procedures (for plans, design analysis and electronic documents), and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Block H of the SF 330. Also in Block H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). The number of pages of the Small Business Small Disadvantaged Business will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 2:00 p.m. Eastern on 1 April 2019. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.? REGISTRATIONS: To be eligible for award Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM) at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. ** Please identify the Dun & Bradstreet nuber of the office(s) performing the work in Block 5 of the SF 330 Part I and Block 4 of the SF 330, Part II. **Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Lauren Minzenberger, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »