The RFP Database
New business relationships start here

Indefinite Quantity Architect-Engineer Contract with Emphasis on Geotechnical and Environmental Engineering for Civil Works Projects at Various Locations in the Los Angeles District and South Pacific Division


California, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE 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 services will consist of civil engineering, including geotechnical and environmental engineering for Civil Works Projects at Various Locations in the Los Angeles District and South Pacific Division. This solicitation is 100% set-aside for Small Business. Only Small Business will be considered for award, there is a limitation on subcontracting whereby "at least 50% of the cost of contract performance incurred for personnel" must be extended for employees of the prime firm as required by FAR 19.508 (e) and 52.219-14. There will be two (2) small business set-aside indefinite delivery contracts for Architect-Engineer (A-E) services. The contract is for sixty (60) month period or until the not-to-exceed amount of $4,500,000.00 has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is August 2018 for a period of sixty (60) months (through August 2023). Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541330. 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 employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) via the website at www.sam.gov.

2. PROJECT INFORMATION: The work and services shall consist of engineering and design for 1) heavy civil construction projects including support to the Border patrol, Veterans Administration, and various Military Bases, 2) coastal and port facilities, 3) dam and levee safety, 4) feasibility studies, 5) support to emergency operations such as evaluation of levee systems during flood events, and 6) inland flood control projects. Typical studies include field investigations, evaluation of data and complex geotechnical foundation conditions including liquefaction potential, seismic evaluation of large dams including finite element analysis and static seismic deformations of embankments, development of earthquake ground motions and seismic analysis parameters, complex ground water modeling studies, dewatering systems, geotechnical engineering risk assessment analyses, and levee systems inspections and evaluations. Recommendations for foundation design and construction for bridges, single and multistory buildings, roadways, bridges, and other infrastructure is required. Studies will also include soil-structure interaction, geologic studies, fissure and faulting studies, seepage analysis for dams, spillway thermal studies, materials engineering including concrete, roller compacted concrete and soil cement slope protection designs, forensic geotechnical and materials engineering evaluations, and rock, earth-fill and materials construction engineering consultation and testing, and offshore geotechnical investigations and designs for dredged channels, breakwaters, revetments, seawalls, beach nourishment, and confined dredged materials. The firm will have the capacity to provide geotechnical support during District flood and earthquake emergency response activities such as erosion protection evaluations and slope stability, seepage, stress and deformation. The firm will also have the capacity to perform offshore vibracore drilling and sampling, geophysical testing and interpretation, and geotechnical sampling and testing for large dams in highly active seismic environments. The Government will provide fully defined requirements for each task order, which may include one or more of the following: performance-based specifications, conceptual drawings and specifications, and Autocadd/MicroStation generated drawings. The contractor may be required to participate in the development of the final scope of work for individual task orders and be required to provide technical or engineering services such as laboratory testing for rock, soil, and concrete materials, detailed drawings generated in Autocadd and/or MicroStation, surveying, hazardous and toxic waste evaluations, and other submittals in support of investigations, design and construction. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. In Section H of the SF330 describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor work. The plan must be prepared and approved by the Government, as a condition of contract award, but is not required with this submission.


3. SELECTION INFORMATION: Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location or firm, specialized technical expertise or other requirements listed. Following initial evaluation of the qualifications and performance data submitted, four or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiations. Selection of firms for negotiation shall be made through an order of preference based on demonstration competence and qualifications necessary for the satisfactory performance of the type of professional services required. The selection criteria are listed below in descending order of importance. Criteria A through E are primary: Criteria F through G are secondary and will only be used as tie breakers among technically equal firms:
a. Qualified Personnel
(1) Qualified Personnel in Key Disciplines
(a) Project Manager
(b) Geotechnical Engineer
(c) Civil Engineer
(d) Engineering Geologist
(e) Geologist
(2) Qualified Personnel in Supporting Disciplines
(a) Hydrogeologist
(b) Geophysicist
(c) Seismologist
(d) Structural Engineer
(e) Environmental Engineer
(f) Toxicologist
(g) Biologist
b. Specialized Experience and Technical Competence
(1) Development of grading recommendations- including required removals, embankments and channels, soil cement, grouted stone riprap
(2) Ability to provide engineering geology support in the following areas
• Geology maps and cross-section development (site characterization)
• Field investigations (comprehensive)- surface and borehole geophysical explorations, groundwater, landslide mapping, drilling (over land and water), sampling, logging, in-situ testing
• Design and installation of instrumentation including settlement monitoring, piezometers, leveling, slope inclinometers, and monitoring wells
• Laboratory testing for rock strength, petrography and durability properties
• Laboratory testing for soil engineering properties
• Design and downhole geophysical/water quality and pump testing of high production potable water wells
• Preparation of RCRA/CERCLA/UST SI/RI/FS reports, to include drilling and sampling of soils and groundwater and soil vapors; and installing shallow and deep groundwater wells; and performing long term monitoring and groundwater well pumping tests Evaluation of borrow sources
• Marine geophysics and exploration including: vibratory core borehole sampling; CPT sampling; rotary wash sampling; sidescan sonar and sub-bottom profiling, and suitability determination for dredge material placement.
(3) Preparation of Documents
• Geotechnical reports (stand-alone professional quality)- geotechnical and geologic investigations, Construction Documentation
• Preparation of Plans and drawings
• Specifications- use of guide specifications (UFGS/Specsintact) and coordination with USACE regarding lessons learned and District specific inclusions
• Preparation of Engineering Considerations and Instructions to Field Personnel
(4) General geotechnical engineering with emphasis on slope stability and seepage analyses. Limited equilibrium and finite element methodologies.
• Compliance with USACE and local agency design criteria including but not limited to AASHTO, Caltrans, AZDOT, NDOT
• Temporary excavations
• Forensic studies
• Settlement, compressibility, soil strength, wick drains, surcharge
• Design of embankments
• Landslide evaluations
• Mitigation of adverse geotechnical conditions
(5) Ability to perform a wide range of foundation design evaluations
• Culverts
• Sheetpile walls
• Shallow (spread footings and mat type) and deep foundations (driven and drilled) plus inspection and mitigation
• Retaining walls- cantilever, soil nail, MSE
• Flood walls
• Bridges
• Infrastructure- buildings, roadways, utilities
• Tunneling and rock bolting
(6) Materials investigations- concrete, grouted stone riprap, chemical and compaction grouting, soil cement, asphalt concrete mix design, roller compacted concrete, corrosivity evaluation and mitigation, thermal studies, concrete properties evaluation. Concrete dam static and dynamic stress analysis.
(7) Levee Periodic Inspection and levee safety support- including field studies, evaluations of existing conditions, ability to assess available information, development of reports, levee risk screenings and assessments. Also Initial Eligibility and Continuing Eligibility. Dam, levee, and channel inspections for the Rehabilitation Program.
(8) Construction support- engineering during construction and inspection services, monitoring of excavations, response to RFIs, review of contractor submittals, complete suite of construction inspection services, quality assurance testing, dewatering, Field Dailies.
(9) Specific knowledge of design requirements and ability to support work related to dams, levees, spillways, penetrations, O&M manuals, risk analysis
(10) Seismicity evaluations including faulting, seismic sources, development of site specific ground motions and response spectra for probabilistic and maximum credible ground motions. Embankment finite element seismic deformation analyses.
c. Capacity to accomplish the work. (1) Ability to meet project completion schedules and accomplish the work within the required time (2) Ability to accomplish five multiple task orders simultaneously (3) Ability to provide two or more investigative teams at a time (4) Ability to perform up to $4.5 million in work of the required type over the life of the 5 year contract. (5) Ability to accomplish small task orders under $50,000 in a cost-effective, timely manner. The evaluation will consider the availability of an adequate number of key personnel, equipment availability, laboratory capability, and the extent of in-house facilities, versus subcontracting needs.
d. Past performance on DOD and Other Contracts. CPARS performance evaluations will be provided by Contracting Division for rating by the Selection Board only. If CPARS evaluations are not available, the A-E firm will be given a "satisfactory" rating for this criteria.
e. Knowledge of the locality such as geologic features, climatic conditions, local materials resources, and local construction methods.
f. Volume of DOD contract awards in the last 12 months; to be determined by the Selection Board. (only used as a tie-breaker for technically equal firms.)
g. Location of the firm in relation to the general geographic area of the Los Angeles District's area of responsibility; to be determined by the Selection Board. (only used as a tie-breaker for technically equal firms.)


4. Fair Opportunity Task Order Award Criteria. Individual task orders will be awarded based on the following criteria: 1) experience with type of work sought based on review of Statement of Qualifications (SOQ) and past experience, 2) experience with a specific project where support is being requested, 3) ability of consultant to complete services in time requested, and 4) balance work between all four A-E firms.


5. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit five hard copies and one DVD of the completed Standard Form 330. Due to the limitations with the 8/2016 version, offerors may use previous versions or their own created version of the SF 330, but it must contain the content reflected in the current SF330 dated 8/2016. Color is acceptable. Architect Engineer Qualifications Parts I and II and, including SF330 Part II for each firm that will be part of the team, to the address listed in this announcement, no later than 4:00pm on the response date indicated above. . To hand carry a submittal, arrangements must be made through Carlos Antonio (213) 452-3252 prior to delivery. Lengthy cover letter and generic corporation brochures or other presentation beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. . Include DUNS number of the office that will perform the work. The SF330 Part I shall not exceed 70 pages (8.5 inches x 11 inches), including no more than 10 pages for Section H. Each side of paper is a page. Use no smaller than 12 font type. In SF330 Part I, Section describe owned or leased equipment that will be used to perform this contract, as well as CAD capabilities. In Section H, describe the firms overall DQMP. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project. No other general notification will be made of this work. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Point of Contact: Contracting Division, West Region Branch: Carlos Antonio at (213) 452 3252. Technical Information, James Farley at (213) 452-3575.


 


Carlos F. Antonio , Contract Specialist , Phone 2134523252, Email carlos.f.antonio@usace.army.mil - Stanislav Sekacov, Contract Specialist , Phone 2134523216, Email Stanislav.Y.Sekacov@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP