Geotechnical Services Ae Idc Contract

Tender Detail

37312287
W912BV21R0014
Self Funded
Geotechnical Services Ae Idc Contract
ICB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20
26-02-2021

Work Detail

View Changes Synopsis General Information Document Type Solicitation Notice Solicitation Number W912bv21r0014 Posted 8 February2021 Current Response Date 26 February 2021 Indefinite Delivery Idc Contract For Architect Engineer A E Contract For Geotechnical And Dam Safety Evaluation And Inspection Within The Southwestern Division Swd Boundaries 1 Contract Information One Indefinite Delivery Contract Will Be Awarded To Provide Geotechnical And Construction Material Sampling Testing Surveying Analysis And Design The Contract May Include Work On Military Civil Or Environmental Projects Located Within The Southwestern Division Boundaries Or Assigned To Southwestern Division Or Its Districts For Execution Establishment And Operation Of On Site Laboratories For Construction Materials Testing May Be Required To Accomplish The Work This Procurement Is Set Aside For Woman Owned Small Business Wosb It Is Anticipated The Contract Will Be Awarded By February 2021 The Contract Will Consist Of A Base Of Three Years And One Two Year Options For A Total Of Five 5 Year Idc Contract If The Contracting Officer Chooses To Exercise The Option Period The Estimated Value Of For The Contract Inclusive Of All Options Shall Not Exceed 9 500 000 A Contract Award Procedure Before A Business Is Proposed As A Potential Contractor They Must Be Registered In The Central Contractor Registration Ccr Database Register Via The Crr Internet Site At Http Www Ccr Gov The Service Contract Act Will Apply To This Acquisition The Proposed Services Will Be Obtained By A Negotiated Firm Fixed Price Contract B Nature Of Work The Services Necessary For Each Requirement Will Be Negotiated And Awarded As Individual Task Orders The A E Shall Furnish All Services Materials Supplies And Supervision Required To Fully Complete Each Task Order C Place Of Performance Projects Are Anticipated To Be Primarily In U S Army Corps Of Engineers Tulsa District Area Of Responsibility Northern Texas Oklahoma And Southern Kansas However Support Of Requirements Within Usace Southwestern Division Swd Boundaries Is Allowed Task Orders Under The Resultant Idcs May Be Awarded For Projects Only In The Geographic Area Of Swd D Contractor Manpower Reporting The Contractor Will Be Required To Report All Contractor Labor Hours Including Subconsultant Labor Hours Required For Performance Of Services Provided Under This Contract Via A Secure Data Collection Site The Contractor Will Be Required To Completely Fill In All Required Data Fields Using The Following Web Address Http Www Ecmra Mil Reporting Inputs Will Be For The Labor Executed During The Period Of Performance During Each Government Fiscal Year Fy Which Runs From October 1 Through September 30 While Inputs May Be Reported Any Time During The Fy All Data Shall Be Reported No Later Than October 31 Of Each Calendar Year 2 Project Information The Following Work May Be Expected Under This Contract A Surveying Assignments May Include But Are Not Limited To Topographic Surveying Benchmark Installation Control Alignment Mark Installation Crest Surveys Special Cross Section Surveys Service Bridge Instrumentation Surveys And Structural Instrumentation Surveys B Soil And Rock Laboratory Testing Assignments May Include But Are Not Limited To Extrusion And Preparation Of Up To 6 Inch Diameter Undisturbed Samples Classification Mechanical Grain Size Analysis Water Content Atterberg Limits Unconfined Compression Tests Q And R Bar Triaxial Compression Tests Permeability Tests Including Flexible Wall Permeameter Tests And Compaction Tests Materials Testing Assignments May Include Testing Of Aggregate Stone Bituminous And Concrete Materials Including 3 Point Flexural Strength Testing Of Concrete Geotechnical And Materials Construction Quality Assurance Testing May Also Be Required Tests Shall Be Performed In Accordance With The Methods Presented In Em 1110 2 1906 Laboratory Soils Testing And With Applicable Astm And Aashto Test Methods Computation And Compilation Of Geotechnical And Materials Test Results Will Be Required Engineering Reports And Laboratory Data Shall Be Submitted Electronically In Microsoft Word And Excel Formats Boring Logs And Drawings Shall Be Furnished In A Cadd Format Which Is Fully Compatible With The Microstation Cadd Software Version V8 Or Later In Addition Pdf Files And Hard Copies Of All Submittals Shall Be Provided C Field Investigation Assignments May Include But Are Not Limited To Topographic Surveying To Define Areas Of Work And Or Locate Borings Full Service Drilling Including Specialized Drilling Situations Such As Investigations At Existing Embankment Dams And Drilling In Areas Which Are Difficult To Access Marsh Soft Ground Or Heavily Forested Rock Soil And Or Materials Sampling Including The Recovery Or 6 Inch Diameter Undisturbed Soil Samples By Denison Barrel Pitcher Sampler Or Other Comparable Samplers Rock Pressure Testing For Determination Of Water Intake Geologic Mapping Of Existing Surface Conditions And Or Exposed Foundation Conditions Hydrogeologic Investigations And Interpretation Which May Include Installation Of Wells And Or Piezometers Plugging And Abandonment Of Monitor Wells Geophysical Explorations And Interpretations Vibration Monitoring Pile Load Testing Subsurface Plate Bearing Tests And Evaluation Of Existing Roadway And Airfield Pavements D Geotechnical Engineering Work May Include But Is Not Limited To Foundation Design Roadway And Airfield Pavement Design Htrw Containment Design Borrow Investigations Design And Inspection Of Earth Rockfill And Concrete Embankment Structures Stability Analysis Seepage Analysis Spillway Erodibility Analysis Seismic Analysis Of Structures Developing Operation And Maintenance Manuals Repair Designs And Presentation Of Data And Designs In Report Form E On Site Laboratories May Be Required In Support Of Construction Activities The Laboratory May Be A Temporary Structure Provided By The Contractor Or A Permanent Structure Provided By The Government Establishment Of The Laboratory May Require Providing Utility Hookups Testing Equipment Supplies Office Equipment And Personnel To Perform The Tests As Required By The Individual Task Order Temporary Structures Will Be Removed At The End Of The Work Unless Otherwise Approved By The Contracting Officer 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 F Are Primary Criteria G Through I Are Secondary And Will Be Used As Tiebreakers Among Technically Qualified Firms The Selection Criteria In Descending Order Of Importance Are A Specialized Work Experience And Technical Competence Of The Firm And Its Key Personnel To Perform The Services Listed Above Firm Both Prime And Or Sub Contract Laboratories Completing Testing Must Be Coe Certified In Accordance With Er 1110 1 261 And Er 1110 1 8100 Or Demonstrate Capability Of Achieving Certification Via Past Certification Or Documented Inspections And Certification From Other Federal Or State Agencies Firm Must Be Certified Prior To Performing Actual Work Firm Must Also Be Compliant With Astm C 1077 Astm D 3740 Astm D 3666 And Astm E 329 Firm Shall Provide Documentation Demonstrating Compliance With These Specifications As Part Of The Sf 330 Submittal Firm Must Include A Quality Assurance And Management Plan With The Sf 330 Submittal Include A List Of Testing Capabilities For The Primary Laboratory And Secondary Laboratories Which Will Be Used To Accomplish The Soil Rock And Materials Testing Under This Contract As Part Of The Sf 330 Submittal B Capacity Personnel And Equipment To Accomplish Work In The Required Time The Firm Must Demonstrate Capacity To Handle Three 3 Simultaneous Task Orders Of Varying Type And Location And Provide The Following Minimum Personnel To Perform Work Three Soils Lab Technicians Two Geotechnical Design Engineers One Engineering Technician One Cadd Draftperson One 2 Person Survey Crew And Two Drill Crews Firm Must Demonstrate Capacity To Produce Cadd Drawings Which Are Fully Compatible With The Microstation Cadd Software Version V8 Or Later Firm Must Be Able To Provide The Following Minimum Equipment To Be Utilized For The Project Two Core Drill Rigs With Off Road Access Capability One Wireline Type Drill Rig With A Minimum 200 Ft Depth Capability And One Drill Rig Failing 1500 Or Equivalent Capable Of Collecting Undisturbed Samples C Professional Qualifications Necessary For Satisfactory Performance Of Required Services Firm Must Have Experienced Personnel Including But Not Limited To Professional Engineers Geologists Land Surveyors And Drillers Registered Licensed In The States Of Ok Ks Tx And Ar D Experience With Establishment And Operation Of On Site Laboratories Firm Must Demonstrate Experience In Setting Up And Operating On Site Laboratories In Support Of Construction Operations Such Operations Would Include But Not Be Limited To Large Earthwork And Structures Projects Typical Of Dam Construction E Knowledge Of The Geographic Area Knowledge And Experience Of Drilling Testing And Design For Expansive Soils And Clay Shale Materials And Knowledge Of Geologic Features Sample And Data Collection Procedures And Testing Requirements For The Oklahoma Kansas Northern Texas And Western Arkansas Region Will Be A Consideration F Location Of The Firm In The General Geographic Area Of The Tulsa District Will Be A Consideration Along With The Proximity Of The Testing Laboratory With Respect To The Tulsa District Headquarters This Is A Requirement Because Undisturbed Soil And Rock Cannot Be Delivered To The Testing Laboratory By Commercial Freight G Safety Plan Outline And Past Performance Man Hours Lost To Accidents In The Last 100 000 Man Hours Of Work By Firm H Past Performance On Contracts With Government Agencies And Private Industry Firm Must Demonstrate Its Past Performance In The Accomplishment Of Similar Work Items To Be Addressed Are Past Performance On Dod And Other Contracts With Respect To Cost Control Quality Of Work And Compliance With Performance Schedules I Degree Of Participation Of Small Businesses Including Woman Owned Small Businesses Small Disadvantaged Businesses Historically Black Colleges And Universities And Minority Institutions In The Proposed Contract Team Measured As A Percentage 4 Submittal Requirements See Note 24 For General Submittal Requirements Interested Firms Having The Capabilities And Qualifications To Perform This Work Must Submit One Copy Of The Sf 330 Part I And Ii For The Prime Firm And All Consultants To The Above Address No Later Than 2 00 P M On 26 February 2021 Regulations Require That The Selection Board Not Consider Any Submittals Received After This Time And Date Solicitation Packages Are Not Provided A Interested Firms Having The Capabilities And Qualifications To Perform This Work Must Submit One Copy Of Sf 330 8 2016 Edition Including Parts I And Ii As Described Herein To The Above Address Not Later Than 2 00 P M Central Time On The Response Date Listed Above The Date And Time Are Strictly Enforced And Late Packages Will Not Be Considered Late Proposal Rules Found In Far 15 208 Will Be Followed For Late Submittals Solicitation Packages Are Not Provided The Sf 330 Should Be Complete And Specifically Address The Requirements Of This Announcement Firms Shall Present An Organization Chart And A Narrative Describing How The Organization Will Function Functions To Be Subcontracted Shall Be Clearly Identified By Subcontractor Or Entity And Their Office Location Specify The Address Of The Office And Key Person That Is Assigned There B Responding Firms Must Submit A Copy Of The Originally Signed Or Current Signed Within The Past 12 Months And Accurate Sf 330 Part Ii For The Specific Prime Other Offices Of The Prime And Subcontractor Offices Proposed To Perform The Work Even If An Sf 330 Part Ii Is Already On File Sf 330 Part Ii Shall Be Provided For The Specific Prime Other Offices Of The Prime And Subcontractor Offices Proposed To Perform The Work All Part Iis Must Be Signed With Original Signature Or Facsimile Of The Original Signature Signed Within The Past 3 Years Is Required And Dated A Copy Of A Signed Dated Part Ii Is Acceptable Although Firms Are Encouraged To Update Their Sf 330 Part Ii At Least Annually Older Ones Up To 3 Years Old In Accordance With Far 36 603 D 5 Will Still Be Considered By The Board However A Firm May Be Recommended As Not Qualified Or Ranked Low If Missing Confusing Conflicting Obsolete Or Obscure Information Prevents A Board From Reasonably Determining That A Firm Demonstrates Certain Required Qualifications Indicate In Block 5B Of Each Part Ii If The Firm Is A Large Business Small Business Hubzone Service Disabled Veteran Owned Small Business Or Woman Owned Small Business To Be Classified As A Small Business A Firm s Average Annual Receipts Or Sales For The Preceding Three Fiscal Years Must Not Exceed 16 5 Million C Submit Only One Sf 330 Part I From The Prime For The Design Team Completed In Accordance With The Sf 330 Instructions And Additional Instructions Herein It Must Contain Information In Sufficient Detail To Identify The Team Prime Other Offices Of The Prime And Consultants Proposed For The Contract The A E Shall Not Include Company Literature With The Sf 330 D In Block No 4 Part Ii Provide The Data Universal Numbering System Duns Number Issued By Dun And Bradstreet Information System 1 866 705 5711 For The Prime A E Or Joint Venture The Duns Number Must Be For The Firm Or Joint Venture Performing The Work I E Not The Parent Duns Number But A Duns Number Specifically For The Office Performing The Work E In Section C Of The Sf 330 Part I Identify The Discipline Service To Be Supplied By The Prime Prime Branch Offices As Applicable And Each Consultant Provide Brief Resumes In Section E Of The On Staff Or Consultant Employees You Intend To Use To Perform The Work Resumes Must Be Submitted For Each Employee Required To Meet The Minimums Stated Above In Paragraph 3B Resumes Shall Not Exceed One Page F In Section F A Maximum Of 10 Projects For The Total Proposed Team Including The Prime And Consultants Shall Be Provided Use No More Than One Page Per Project G In Section G Block 26 Along With The Name Include The Firm And Office Location The Person Is Associated With The Names Of All Individuals Included In The Resumes In Section E Shall Be Listed In Block G 26 Along With Their Firm Location And Their Roles Even If Example Project Experience In Block G 28 Is Not Applicable Also Include Team Project Organization Chart In Part I Section D Indicating How Each Firm On The Proposed Team Prime Applicable Prime Branch Offices And Each Subcontractor As Identified In Part I Section C Integrates Into The Composite Team H In Section H Of The Sf 330 Part I Provide A Narrative To Address Each Of The Requirements Including Subparagraphs Of Items Listed In Section 3 Selection Criteria Of This Announcement I In Section H Part I Sf 330 Firms Must Show Their Last 12 Months Dod Contract Awards Stated In Dollars See 3 E Above Provide An Itemized Summary Of Dod Awards To Include Agency Contract Number Task Order No Dod Awards Shall Be Shown In An Itemized Summary Including Agency Contract Number Task Order No Project Title And Award Amount Dollars Include A Total Of All Listed Awards Note That Award Of Indefinite Delivery Contracts Should Not Be Counted As Award Amounts Only Actual Task Orders And Any Modifications Thereto Should Be Included In The Amounts When Addressing Team Capabilities Clarify Planned Capability Existing Capability And Prior Experiences If Any Include Any Other Relevant Information Including A Short Discussion Of Why The Firm Is Especially Qualified Based Upon The Specific Selection Criteria Listed In Section 3 J In Section H Part I Sf 330 Generally Describe The Firm s Quality Management Plan Qmp A Project Specific Detailed Qmp Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team Do Not Exceed Twenty Pages For Section H Front And Back Side Use Of A Single Page Will Count As 2 Pages And Print Type Used In Charts Graphics Figures And Tables May Be Smaller Than 11 Font But Must Be Clearly Legible Foldouts Are Not Allowed And Shall Not Be Considered K Personal Visits Or Telephone Calls To Discuss This Announcement Will Not Be Entertained L Solicitation Packages Are Not Provided For A E Contracts And No Additional Project Information Will Be Given To Firms During The Announcement Period Facsimile Transmissions Will Not Be Accepted Additional Information Offers Will Not Be Publicly Opened Information Concerning The Status Of The Evaluation And Or Award Will Not Be Available After Receipt Of Proposals This Is Not A Request For Proposal Questions And Or Comments Relative To The Synopsis Shall Be Submitted Via Bidders Inquiry Reference Instructions Below Any Information Given To An Offeror Which Impacts The Solicitation And Or Offer Will Be Given In The Form Of A Publicized Question And Answer On Projnet S Bidder Inquiry And Or Written Amendment To The Solicitation Contractual And Technical Inquiries And Questions Relating To Proposal Procedures Are To Be Submitted Via Bidder Inquiry In Projnet At Https Www Projnet Org Projnet To Submit And Review Bid Inquiry Items Offerors Will Need To Be A Current Registered User Or Self Register Into The System To Self Register Go To The Web Page And Click On The Bid Tab Select Bidder Inquiry Select Agency Usace And Enter The Bidder Inquiry Key For This Solicitation Listed Below Your E Mail Address And Then Click Login Fill In All Required Information And Click Create User Verify The Information On The Next Screen Is Correct And Click Continue From This Page You May View All Bidder Inquiries Or Add An Inquiry Bidders Will Receive An Acknowledgement Of Their Question Via E Mail Followed By An Answer To Their Question After It Has Been Processed The Solicitation Number Is W912bv21r0014 The Bidder Inquiry Key Is 796Htw V8s3mm The Bidder Inquiry System Will Close For New Inquiries Seven 7 Days Prior To Proposal Due Date To Ensure Adequate Time To Form An Appropriate Response And Amend The Solicitation If Necessary Offerors Are Requested To Review The Specification In Its Entirety And Review The Bidder Inquiry System For Answers To Questions Prior To Submission Of A New Inquiry The Bidder Inquiry Technical Help Call Center Operates Weekdays From 8Am To 5Pm Central Time Zone Chicago The Telephone Number For The Call Center Is 800 428 Help Offers Will Not Be Publicly Opened Information Concerning The Status Of The Evaluation And Or Award Will Not Be Available After Receipt Of Proposals Note All Questions And Or Comments Should Reach The Above Referenced Contracting Office No Later Than 7 Calendar Days Prior To The Solicitation Close Date So They May Be Given Consideration Or Actions Taken Prior To Receipt Of Offers All Requests For Information Must Be Submitted Via Projnet S Bidder Inquiry See Above Point Of Contact Contracting Lindseybyfield Lindsey M Byfield Usace Army Mil 918 669 7070 8 February 2021 Synopsis Is Updated To Include Bidder Inquiry Information Revises Sf 3330 Edition Date And Removed Reference To Cd Rom

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail