The RFP Database
New business relationships start here

INDEFINITE DELIVERY/INDEFINITE QUANTITY IDIQ UNRESTRICTED AE CONTRACT FOR GEOTECHNICAL DESIGN AND RELATED SUPPORT SERVICES WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT, THE MISSISSIPPI VALLEY DIVISION AND GULF COAST REGION


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

Solicitation Number:
W912P8-19-R-0022


(Synopsis can be viewed best via pdf attachment)


1. CONTRACT INFORMATION: A-E Services - Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Soil Borings, Soil Testing, Concrete and Other Materials Testing, Fast Lagrangian Analysis of Continual (FLAC) for both 2D and 3D, Hazardous Toxic Radioactive Waste (HTRW) Phase I/II Remediation Assessments and Design, Corrosion Mitigation Design, Geotechnical Design Support Services, Environmental Investigative Services and Construction Quality Assurance within the limits of the New Orleans District (NOD) and the Mississippi Valley Division (MVD) or to issue task orders for work in support of other Districts along the Gulf Coast Region.


No additional information shall be provided and no solicitation will be issued. The resulting 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 services. The most favorably rated contractors will be determined the highest qualified. Interested firms shall respond by submitting an SF 330, listing their qualifications in accordance with the instructions below. This is not a Request for Proposal. North American Industrial Classification System Code is 541330, which has a size standard of $15,000,000.00 in average annual receipts. This Single (SATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) announcement is Unrestricted. The resulting contract will be Firm Fixed-Price Indefinite Delivery/Indefinite Quantity type contract. One contract award is anticipated, with a period of performance of 5 years. The contract will not exceed $20,000,000.00 or five years in duration, whichever comes first. The minimum guarantee throughout the five-year contract is $30,000.00. Work will be issued by negotiated firm fixed-price or on a Level of Effort basis for Geotechnical and related services task orders. Responding firms must address each A-E Selection Criteria and clearly indicate which shall be subcontracted and provide a separate SF330 for each subcontractor as necessary. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The plan is not required with this submittal. The US Army Corps of Engineers FY 20 subcontracting goals are for specified percentages of the contractor's total planned subcontracting amount to be placed with the following: Small Business, 44.92%; Small Disadvantaged Business, 13.25%; Women-Owned Small Business, 7.87%; Service-Disabled Veteran-Owned Small Business, 8.0%; and HUB Zone Small Business, 12.0%. Large business offerors must identify subcontracting opportunities with small and disadvantaged businesses described above on their SF 330 forms. Large business offerors must convey their intent to meet goals described above on their SF 330. Written justification must be provided if the minimum goals cannot be met. It is imperative that all SDBs contact their Small Business Administration (SBA) Office to obtain SDB Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. The subcontracting plan is not required with this submittal, but will be requested from large business concerns after selection and prior to award.
To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM) at the time of the response due date. Register via the SAM Internet site at https://www.sam.gov. The primary purpose of the proposed contract is to provide A-E Soil Borings, Soil Testing, Concrete and Other Materials Testing, FLAC (Fast Lagrangian Analysis of Continua) for both 2D and 3D, HTRW (Hazardous Toxic Radioactive Waste) Phase I/II Remediation Assessments and Design, Corrosion Mitigation Design, Geotechnical Design Support Services, Environmental Investigative Services and Construction Quality Assurance within the limits of the New Orleans District and the Mississippi Valley Division (MVD) or to issue task orders for work in support of other Districts along the Gulf Coast Region. SF330 Due Date is 06 November 2019 at 11:00 a.m. CST.


2. PROJECT INFORMATION: A-E Services will be assigned by Task Orders on the IDIQ contract established as a result of this synopsis. Each task order to be issued will fully describe the project to be accomplished. The types of projects may include all or part of the following:


(1) Field assignments which may include locating borings in the field and providing location information consisting of elevation, latitude and longitude, and station and offset; taking soil borings and sealing bore holes; setting permanent bench marks as well as installing piezometers, lasers, visual tracking targets, pressure transducers, strain gages, slope inclinometers, wells, settlement plugs and settlement plates. Procedures for Drilling in Earth Embankments are to be performed in accordance with U.S. Army Corps of Engineers (USACE) ER-1110-1-1807 and EM 1110-1-1804. Contractor must have the capability to conduct the following test types: pile driving analysis, soil and wall displacements, obtaining subsurface information by using cone penetrometer and vane shear testing, and performing noise and vibration monitoring. Hand auger, soil probe, general type (3-inch x 42-inch thin wall Shelby tubes), split spoon and 5-inch x 4.5-foot undisturbed fixed-piston type methods are to be used in the soil boring operations. Samples from the thin wall Shelby tube and split spoon samplers must have a minimum diameter of 2-7/8 inches ID and 1-3/8 inches ID respectively. Some borings will require hard access (marsh, swamp or heavily forested areas) and work over water requiring special equipment. Samples must be delivered promptly to the testing lab, either Government or A-E, as specified by the task order. All sampling equipment including the sampling head device for 5-inch diameter sampling, 5-inch diameter sample tubes, and sample extruder for 5-inch undisturbed borings will be furnished by the Contractor. Corps representatives may inspect field operations to verify geotechnical investigations are being performed in accordance with USACE EM 1110-1-1804.


(2) Testing laboratory and storage facility shall be established/furnished by the contractor within 50 road miles of the New Orleans District. Testing laboratory assignments may include classifying, determining water content and Atterberg limits, performing unconfined compression tests, performing (Q) and (R) triaxial compression shear tests, permeability test, performing direct shear (S) tests, direct simple shear tests (DSS), 4-inch diameter consolidation tests, mechanical & hydrometer grain size and hydrometer analysis; performing 15-blow and 25-blow compaction control testing on selected samples; computing and compiling test results; furnishing boring and laboratory data in both text and CADD files fully compatible with the Bentley MicroStation CADD software (Version 8 or later) and in the form of plotted boring logs. The A-E contractor will perform extruding of 5-inch undisturbed samples under controlled lab environment. Laboratory soil testing shall be performed in accordance with USACE EM 1110-2-1906. Other ASTM tests may be assigned.


(3) Design assignments may include selection of design parameters; stability analyses of levees, dikes, earthen structures, flood risk reduction structures, pump stations, and floodwalls; stability analyses of slopes for revetments, channels and excavations; pile capacity curves; settlement analyses; physical and numerical geomechanical (Fast Lagrangian Analysis of Continual Version 7 or later, FLAC) modeling analysis, cantilevered, anchored, and braced sheetpile analyses; bearing capacity determinations; periodic structural inspection; levee periodic inspections; retaining and flood walls analyses; seepage and piping analyses; dewatering design; downdrag analysis; ground water study; settlement induced bending moments in piles; axial and lateral loads in piles; soil flow around piles; filter design; relief well design; pore pressures in clay; wall and soil displacement, and operation and interpretation of data obtained from A-E provided pile driver analyzer or static pile load testing. The contractor must be capable of deriving material properties for soil and rock characterization and for soil/rock/structure interfaces from laboratory and field testing and be able to calibrate numerical models to lab and/or field data. Geotechnical design reports, design plates and design drawings shall be prepared and furnished as paper copies, pdf files and as a MicroStation compatible design file as applicable.


(4) Geotechnical Projects: Geotechnical engineering services during construction including, but not limited to, in-place density testing, moisture content testing, pile load test monitoring, organic content determination, sand content determination, jet index testing, compaction control testing (including one-point compaction testing); geotechnical engineer and technician may be stationed on site for consultation and material testing. Design and Construction of Levees shall be performed in accordance with USACE, EM 1110-2-1913. Geotechnical engineering services also consists of Field QA testing, including soils, concrete and asphalt, during construction. Field QA services will also include steel testing and inspections services in accordance with AWS D1.1 Structural Welding Code Steel and as specified by the task order during construction or fabrication/procurement phases of the project. The contractor must prepare and submit a Quality Control Plan (QCP) in accordance with ER 1110-1-12.The Contractor shall also provide any required coordination with the individual regulatory bodies per USACE EP 200-2-3. Geotechnical engineering services also includes Periodic Inspection of flood risk reduction features and flood control structures such as levees, flood walls, gates, locks, pump stations, and structures and components that function and serve the complete system. The contractor shall provide inspectors who hold professional registration and relevant experience in the required specialties, perform pre-inspection investigations and meetings, conduct land surveys, perform on-site inspections, testing and evaluation of features and systems, coordinate evaluation of deficiencies with Federal and local government representatives, and prepare reports and other documentation.


(5) Hazardous, Toxic, and Radioactive Waste (HTRW) projects to include Phase I/II Environmental Site Assessments (ESAs); site/remedial investigations and assessments under CERCLA, RCRA, and TSCA; risk characterization and assessment; environmental monitoring, sampling, and testing of various media including solid materials, soil, sediment, surface water, and groundwater; remedial action design; hazardous material and waste management; and lead, asbestos, PCBs, and radon testing, management and remedial design. The contractor shall also assist and advise the Corps of Engineers personnel on environmental compliance, for the DESIGN OF HAZARDOUS, TOXIC AND RADIOACTIVE WASTE (HTRW) remedial action projects, and waste stream issues associated with Government facilities and activities. All wastes shall be properly disposed and manifested in accordance with local, state and federal requirements and guidance by USACE EP 200-2-3, as well as provide air monitoring and modeling for Air Pathway Analysis (APA) for determining the acceptability of air emissions from remedial action projects. The Corps of Engineer's guidance for APA is EP 200-1-24, Environmental Quality - Air Pathway Analysis for the Design of Remedial Action Projects.


(6) The contractor must have a Senior Corrosion Consultant/Engineer with the ability to provide experience in the analysis of corrosion on all flood control structures and have an in-depth understanding of USACE policies, regulations, and procedures to facilitate immediate response to program needs such as peer reviews. The Senior Corrosion Engineer shall be a licensed professional engineer (P.E.), and shall have certification with the National Association of Corrosion Engineers (NACE) as a CP-4 Level Corrosion Specialist, and shall have a minimum of 20 years of experience in all phases of corrosion engineering, preferably Civil Works, and in Southeastern Louisiana and/or throughout the Gulf Coast Area.


(7) The contractor shall perform all work in accordance with the CEMVN HSDRRS Design Guidelines and appropriate USACE ERs, EMs, EPs, ETLs, and ASTMs, all readily available online.


3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. The SF 330 submittals will be evaluated on each of the criteria factors. Criteria "a" thru "e" are primary. Criteria "f" and "g" are secondary and will only be used as "tie-breakers" between technically equal firms.


 


PRIMARY SELECTION CRITERIA (a thru e)


a. Recent specialized experience and technical competence of the prime firm,
joint venture partners, subcontractors, consultants and free-lance associates in the areas listed below. Only experience that has occurred in the last 10 years should be included in the submittal. All projects cited shall identify start/complete dates as well as the project size (cost and scope). Provide this information in SF 330, Part I, Section F.


(1) Geotechnical exploration and testing.
(2) Geotechnical engineering and engineering geology
(3) Concrete and asphalt materials testing and evaluation.
(4) Corrosion Analysis.
(5) Fast Lagrangian Analysis of Continua (FLAC) modeling.
(6) Vibration monitoring during construction activities.
(7) Environmental remediation and design.
(8) Computer Generated Geotechnical Databases, GIS, and Computer Aided Drafting and Design (CADD) and ability to produce deliverables fully compatible with the following New Orleans District systems: MicroStation (version V8 2004 or later) ESRI ArcGIS (version 10.0 or later), gINT version 8 or higher and Data Forensics Rapid CPT Version 3 as required. Finished products shall be in compliance with the AEC CADD Standards or Spatial Data Standards as appropriate and the New Orleans District Electronic Deliverables guidance. These standards are published by the CADD/GIS Technology Center in Vicksburg, Mississippi, and the New Orleans District.
(9) Utilization of latest technology which improves efficiency of effort,
(10) Experience with environmental investigative services including HTRW Phase I and II Environmental Site Assessments.
(11) Experience with HTRW Site remedial investigations and assessments.
(12) Experience and capability with materials testing and environmental monitoring, sampling, and testing including the use of a U.S. Army Corps of Engineers approved laboratory for materials testing, and a National Environmental Laboratory Accreditation Program (NELAP) accredited laboratory for environmental testing.
(13) Experience in the design, construction, maintenance and operation of the types of structures to be inspected, including: locks, levees, pumping stations, floodgates, control structures, drainage structures, floodwalls, bridges and hydroelectric structures. (14) Experience in the evaluation of instrumentation data and determining its impact upon the structural integrity of the project.
(15) Experience in the evaluation of deficiencies noted from site visits and evaluation of instrumentation data, and determining its impact upon the structural and operational integrity of the project.
(16) Experience in interpreting data, and in creating and calibrating models for complex site soil conditions that includes full-or pseudo-coupling fluid flow with mechanical analysis (both static and dynamic) with a minimum of 5 years' experience and a minimum of 15 models on separate projects where at least 10 of the models have incorporated structural elements.


b. Professional personnel qualifications and recent specialized experience for key disciplines. Qualified Registered/Licensed Professional Personnel in the following key disciplines: Project Manager, Civil Engineer, Environmental Engineer, Corrosion Engineer, Geotechnical Engineer, Structural Engineer, Electrical Engineer, Mechanical Engineer, Geologist and Geophysicist. Qualified personnel are required in the following key disciplines: Engineering Technician, Laboratory Technician, Draftsmen/CADD operator, GIS Technician and Environmental Professional (in accordance with ASTM E 1527). The evaluation will consider education, training, registration, relevant experience, and longevity with the firm of key personnel who will be assigned to this contract. Registered/Licensed Professionals shall be registered in accordance with requirements set forth by the state in which the work is performed. Resumes contained in Standard Form (SF) 330, Part I, Section E shall be completed for each discipline.


c. Capacity (personnel and equipment) to accomplish work in the required time: Provide the following minimum to perform work: three (3) 4-person drill crews and two (2) crews must be stationed within 50 miles of the 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; six (6) engineering/soils/concrete lab technicians; four (4) soil/concrete field technicians, and four (4) CADD draftspersons. Demonstrate capacity to produce CADD drawings utilizing CADD programs fully compatible with the Intergraph/Bentley MicroStation CADD software, Version 8 (or later). Two (2) Geologists and inspection team personnel. A structural inspection team consisting of the following disciplines: Structural Engineer; Geotechnical Engineer; Electrical Engineer; Mechanical Engineer; and Hydraulics Engineer. USACE may furnish a Hydraulics Engineer in some situations. A levee inspection team consisting of the following disciplines: Geotechnical Engineer, Structural Engineer, and Civil Engineer. It is anticipated that a maximum of two inspections could occur at the same time: (a) one levee and one structural inspection or (b) two levee inspections. Provide the following minimum equipment to be utilized for the project: three (3) core drill rigs with off road access capability (undisturbed drill rig Central Mine Equipment (CME) 750 or equivalent) capable of performing a 48" continuous push of 5" Shelby sampler tubes, two (2) wireless-type pile driving analyzers, two (2) wireless-type pile driving analyzers, two (2) soil probes, two (2) cone penetrometers, 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, two (2) flat boats with outboard motors. Provide adequate temperature controlled space for storage of undisturbed samples before testing and until instructed to discard such samples. Provide USACE Validated laboratory within 50 miles of the New Orleans District Headquarters building to perform soil and concrete ASTM/USACE test procedures; provide facilities to cure and test ten (10) concrete compressive strength samples a day; one (1) automatic soil compaction hammer; and four (4) nuclear densometers soil testers. NOTE: The majority of the anticipated work will be subsurface exploration and laboratory testing. If the contractor is a joint venture or utilizes subcontractors, the prime firm must perform at least 50% of the work utilizing in-house resources as measured over the life of the contract. For small businesses, this is in order to meet or exceed the requirements of FAR Clause 52.219-14 (c)(1), Limitations on Subcontracting. This requirement will likewise be applied to large businesses under this solicitation in order to meet agency goals.


 


Selection Criteria a, b, c, e, f and g will be evaluated using the following adjectival rating methodology:


RATING COLOR DEFINITION
Exceptional Purple Submittal exceeds most of the announcement criteria and provides an exceptional benefit to the Government


Very Good Blue Submittal exceeds some of the announcement criteria and provides a very good benefit to the Government


Satisfactory Green Submittal meets the announcement criteria and provides a satisfactory benefit to the Government


Marginal Yellow Submittal does not meet some of the announcement criteria and provides a marginal benefit to the Government


Unacceptable Red Submittal does not meet most of the announcement criteria and provides no benefit to the Government



d. Past Performance on Department of Defense (DoD) and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on Architect-Engineer Contract Performance Assessment Reporting System (CPARS) as well as rating information and other credible documentation included in the SF 330 submittal to demonstrate past performance with respect to quality of product/service, cost control, compliance with performance schedules and business relations from the past five years. Performance evaluations for key joint venture partners, subcontractors, consultants and free-lance associates may also be considered.



A firm's Past Performance will be evaluated to determine how relevant and how well past performance efforts have been accomplished. Past Performance shall have occurred within the five (5) years prior to the closing date of this synopsis. The relevancy of Past Performance information will be based on similarities of the work in terms of complexity, scope and size to what is being acquired. Any credible information of Past Performance will be considered. Judgment will be exercised in seeking credible past performance information from other sources. If no relevant Past Performance information is available on a firm, the firm will be given a neutral evaluation.



Selection Criteria d will be evaluated using the following rating matrix:



FIRM'S EXTENT OF PAST PERFORMANCE RELEVANCY SHALL BE DESCRIBED USING THE RATINGS AS FOLLOWS:


Past Performance Relevancy Ratings
Rating Definition
Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this announcement requires.


Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this announcement requires.


Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this announcement requires.


Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this announcement requires.


FIRM'S EXTENT OF PAST PERFORMANCE QUALITY (HOW WELL) SHALL BE ASSESSED AS FOLLOWS:
The quality of the firm's relevant past performance efforts will be evaluated. Documented results from Past Performance Questionnaires, interviews, CPARS, and other sources form the support and basis for this assessment.
The firm's strengths, weaknesses, deficiencies, and uncertainties relative to how well the firm performed will be assessed using the information provided and gathered as described below.



Performance Confidence Assessments
Rating Description
Substantial Confidence Based on the Firm's recent/relevant performance record, the Government has a high expectation that the Firm will successfully perform the required effort.


Satisfactory Confidence Based on the Firm's recent/relevant performance record, the Government has a reasonable expectation that the Firm will successfully perform the required effort.


Limited Confidence Based on the Firm's recent/relevant performance record, the Government has a low expectation that the Firm will successfully perform the required effort.


No Confidence Based on the Firm's recent/relevant performance record, the Government has no expectation that the Firm will be able to successfully perform the required effort.


Unknown Confidence (Neutral) No recent/relevant performance record is available or the Firm's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.


e. Knowledge of Locality. This criteria will be evaluated on the firm's knowledge of the local conditions pertaining to topographic features, geological features, climate conditions, and other laws or regulations that are unusual or unique to the locale as well as knowledge of geology and geographic area within the limits of the New Orleans District and the Mississippi Valley Division.



SECONDARY SELECTION CRITERIA (f and g)



f. Extent of participation of small businesses including small disadvantaged businesses, woman-owned small businesses, HUBZone small business, service-disabled veteran-owned small businesses, and veteran owned small business will be measured as a percentage of the estimated effort of each firm on the team. The greater the participation, the greater the consideration will be given. (SF 330, Part I, Section H, Item 3)


g. Volume of Department of Defense (DoD) Contract Awards: Firms must show their past 12 months DoD contact awards stated in dollars. The lower the volume of DoD contract awards, the greater the consideration will be given. That is, in an effort to promote more equitable distribution of work, preference is for firms that have lesser amounts of recent DoD contract awards. (SF 330, Part l, Section H, Item 4)


4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit six (6) printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1100 hrs. Central Time on the closing date of this announcement.
The seven evaluation criteria listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all joint venture partners, subcontractors, consultants and free-lance associates, and any other pertinent information. Include the firm's DUNS Number in Block 4 of the SF330. The evaluation factors listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor and all joint venture partners, subcontractors, consultants and free-lance associates, and any other pertinent information.
The SF 330 Part I shall not exceed 100 pages (8.5 x 11 inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is one page. Use font type no smaller than point size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at:
http://www.gsa.gov/portal/forms/type/TOP.


Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Rachel A. Woods, Contracting Division - Projects West Branch, Room 326, 7400 Leake Avenue, New Orleans, LA 70118-1030.
Refer to Announcement No. W912P819R0022.


 


Rachel A. Woods, Contract Specialist, Phone 5048621335, Email rachel.a.woods@usace.army.mil - Charles R. Zammit , Contracting Officer, Phone 5048621164, Email charles.r.zammit@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP