W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES

Agency: DEPT OF DEFENSE
State: Oregon
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: Nov 1, 2022
Due: Nov 15, 2022
Solicitation No: W9127N23R0017
Publication URL: To access bid details, please log in.
Follow
W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES
Active
Contract Opportunity
Notice ID
W9127N23R0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT PORTLAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 01, 2022 07:30 am PDT
  • Original Response Date: Nov 15, 2022 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Portland , OR
    USA
Description

1. GENERAL. This is a Sources Sought for informational and market research purposes only. This is not a Request for Proposals, Quotations, or Bids nor a synopsis of a proposed contract action.



2. CONTRACT INFORMATION. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to identify vendor interest in a Geologic and Geotechnical Engineering Services Architect-Engineer (A-E) Single Award Task Order Contract (SATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract is being procured in accordance with the Architect and Engineering Selection Statute (formerly the Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications outlined in Federal Acquisition Regulation (FAR) 36.602-1 and DFAR 236.602-1 for the required work. The official synopsis for a proposed contract action will be posted on SAM.gov and will provide information on what is to be submitted.



The resulting award will be a single IDIQ contract with capacity of $5 million and a duration of five years starting from the award date. North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $22.5 million or less in average annual receipts over the last 3 years. The wages and benefits of listed services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act under https://wdolhome.sam.gov/, as determined relative to the employee’s office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Department of Defense (DOD) System for Award Management (SAM). Register via the SAM Internet Site at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220.



The purpose of this Sources Sought is to determine interest, capabilities, and qualifications of industry, including Small Businesses, Small Disadvantaged Businesses (including 8(a) firms), Historically Underutilized Business Zone (HUBZone) firms, Women-Owned Small Business (WOSB) concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) firms and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Responses to this Source Sought will be used by the Government to make, if appropriate, a small business set-aside determination and other key acquisition strategy decisions. The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating a company’s capability to perform the requirements.



The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District. The Portland District may elect to transfer capacity to the Seattle, WA, or Walla-Walla, WA districts.



3. PROJECT DESCRIPTION. A-E geologic and geotechnical engineering services Geology, geotechnical engineering, and engineering geology services for the evaluation, analysis, design, and inspection of civil works projects including, but not limited to, dams, levees, jetties, and facilities. The location of work performed under this contract shall be stated in the individual Task Orders, however the Government expects the bulk of the Task Orders to be issued by the Portland District (CENWP).



Typical Services




  • Field investigations including geophysical explorations; groundwater and water well investigations; landslide investigations; drilling, sampling, and logging of soils and rocks from land and over water; and in-situ testing.

  • Laboratory testing to determine soil and rock properties.

  • Design and installation of instrumentation including piezometers, monitoring wells, and inclinometers.

  • Site characterization including geologic mapping, subsurface interpretations, evaluation of soil and rock conditions and properties, and groundwater conditions.

  • Design of features to support construction activities, such as excavations, dewatering, and temporary retaining structures.

  • Analysis and design for seepage, slope stability, shallow and deep foundations, retaining walls, embankments, and ground improvement.

  • Analysis and design of rock masses including blasting, rock supports, rock slopes, rock foundations for structures, tunnels in rock, and foundation grouting.

  • Seismic analysis and design including ground motion studies, seismic analysis of existing structures, and seismic design of new structures.

  • Consulting on the analysis, design, and construction of roller-compacted concrete structures.

  • Preparation of documents including geotechnical data reports, analysis reports, design documentation reports, plans and specifications, and post-construction reports.

  • Engineering during construction and inspection services.



Performance of Services




  • The A&E shall render services under this Contract on such days, continuous or intermittent, as are required by the needs of the Government and ordered by the Procurement Contracting Officer during the Contract period.



Engineering Services




  • Engineering Appendix to Feasibility Report. The engineering and design effort during project formulation is documented in the Engineering Appendix to the Feasibility Report. The length and complexity of the Engineering Appendix shall be appropriate with the size and complexity of the project being formulated. The content and format for the Engineering Appendix to the Feasibility Report is discussed in Appendix C of ER 1110-2-1150.

  • Design Documentation Report. The design documentation report (DDR) is a record of final design effort after the feasibility phase. A DDR is required for all engineering design products. The DDR provides the technical basis for the plans and specifications and serves as a summary of the final design. The DDR covers the preconstruction engineering and design phase and the construction phase of the project. The DDR is not totally complete until after the plans and specifications and construction are completed. The content and format for the DDR is discussed in Appendix D of ER 1110-2-1150.

  • Engineering Documentation Report. The engineering documentation report (EDR) is prepared to support the Project Cooperation Agreement (PCA) when there are minor changes in design and costs from the authorizing reports. The EDR may also be used in lieu of a General Re-evaluation Report (GRR) to document other information not included in a decision document when project reformulation is not required, and the changes are only technical changes. An EDR may also be prepared for individual projects, which have been authorized as part of a large system study. In these cases the EDR serves to define the specific design concept and to firmly establish the baseline cost estimate. The EDR can also be used in lieu of a decision document for projects authorized by Congress without a feasibility report when only technical decisions are required. The EDR will generally be included as an enclosure or appendix to the DDR for the project feature described in the EDR.

  • Plans and Specifications. Plans and specifications shall be prepared in accordance with ER 1110-1-8155. They shall contain all the necessary information required to bid and construct the plan detailed in the engineering appendix or in the DDR.



Additional information can be found in the included DRAFT Statement of Work.



4. SUBMISSION REQUIREMENTS. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES to Kristel Flores, Contract Specialist, at Kristel.M.Flores@usace.army.mil no later than 12:00pm Pacific Time, 15 November 2022.



Responses to this Sources Sought are limited to 10 pages and should include the following information:




  1. A capability statement expressing your firm’s interest in this requirement and describing your company as it pertains to the proposed work outlined in the Project Description, above. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. Include your firm’s name, address, point of contact name, phone number, and email address.

  2. Provide a minimum of one project similar in size, scope, and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.

  3. A statement of your firm’s bonding capacity. A statement from your surety is not required.

  4. A statement of your firm’s business size and type regarding the NAICS code. If your firm is represented under one of the socioeconomic subcategories noted above, please indicate so.

  5. Unique Entity ID (UEI) or CAGE Code from the System for Award Management (SAM) at SAM.gov (for your firm and any potential subcontractors or partners).



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in SAM.gov.



For contractors to conduct business with the Department of Defense, the contractor must be registered in SAM. Registration instructions may be obtained, and online registration may be accomplished, at SAM.gov.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 01, 2022 07:30 am PDTSources Sought (Original)

Related Document

Feb 27, 2023[Solicitation (Original)] W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES
Mar 28, 2023[Solicitation (Updated)] W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Industry Day for USACE Portland District and Oregon National Guard Active Contract

Federal Agency

Bid Due: 11/13/2024

Follow Industry Day for USACE Portland District and Oregon National Guard Active Contract

Federal Agency

Bid Due: 11/13/2024

UO Retainer Program - Construction Services - Extended Period Campus Planning and Facilities

University of Oregon

Bid Due: 9/30/2025

Follow OR FLAP DOT 26(4), Summit Highway Safety Rest Stop and Snow Park

TRANSPORTATION, DEPARTMENT OF

Bid Due: 5/14/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.