Search Contract Opportunities

Geotechnical Design and Related Engineering Services Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ)   2

ID: W911KB23R0023 • Type: Sources Sought

Description

Posted: Nov. 28, 2022, 5:20 p.m. EST

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work:

USACE - Alaska District is conducting market research for Geotechnical Design and Related Engineering Services Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ). Project sites primarily located throughout Alaska but also include Hawaii, Japan, Korea, and other Pacific Rim areas. The U.S. Army Corps of Engineers, Alaska District anticipates an Geotechnical Design and Related Engineering Services Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) with a seven (7) year ordering period and an estimated total contract value of approximately $20M - $35M. The anticipated size of task orders under this contract are between $25,000 and $1,000,000.00.

Design Support includes but is not limited to: geotechnical design recommendations; subsurface/field investigations; geotechnical reports and studies; forensic geotechnical analysis of vertical/horizontal facilities, pavements and structures; field and laboratory testing of soil, rock, groundwater, and various construction materials; groundwater studies; material source evaluations; geologic and geophysical investigations/surveys; and environmental site investigations involving hazardous, toxic, or radiological waste (HTRW). The A-E may be required to provide geotechnical analyses and recommendations for the following: planning, design and construction of foundations, pavements, earth structures, embankments, dams, levees, harbors, underground structures, and slopes; ground improvement; analysis of static and seismic stability; site-specific seismic hazard assessments and related impacts on planned or existing facilities; geologic and geophysical site characterization; performance monitoring and instrumentation; and selection of appropriate abatement methods concerning HTRW materials present on project sites. Design and engineering deliverables may include narrative geotechnical recommendations, plans, specifications, basis of design, cost estimates, design reviews, field and laboratory test results, analysis of test results, graphics, reports and studies, and presentations of findings and recommendations at project meetings.

The A-E will be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis, to perform services described above as well as: supervising field geotechnical investigations using drilling equipment and personnel; furnishing sampling supplies and instrumentation; developing and implementing geotechnical and/or chemical work plans, sampling and analysis plans, and site-specific health and safety plans; conducting exposure assessments to document worker exposures for regulatory compliance; shipping and testing of samples for physical and chemical analyses at Corps validated laboratories; and performing geotechnical and/or chemical data reviews consistent with USACE and regional/local protocols. Arctic design experience is required of both in-house and subcontracted personnel. Firm must have the ability to provide AutoCAD formatted drawings and all support files that conform to and are compatible with USACE CAD and GIS systems and District Data Management Plans through the life of this contract, for all projects. The A-E will be required to use the ProjNet design review and checking system to respond to USACE review comments on A-E deliverables. Firms must have access to materials and chemical testing laboratories which are validated under NELAC, ADEC, and USACE.

The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, and the related small business size standard is $22.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY (Large and Small Businesses under NAICS 541330). All interested firms are encouraged to respond to this announcement no later than 8 December 2022, 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (Milligan), PO Box 6898, JBER, AK 99506-0898 or via email to mark.d.milligan@usace.army.mil and theresa.m.afrank@usace.army.mil.

Interested firms should submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information:

(1) Business name, address, point of contact including email address and business size under NAICS 541330

(2) Identification of business type. If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc)

(3) CAGE Code and DUNS Number

(3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.

Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/

Posted: Nov. 22, 2022, 7:33 p.m. EST

Overview

Response Deadline
Dec. 8, 2022, 6:00 p.m. EST Past Due
Posted
Nov. 22, 2022, 7:33 p.m. EST (updated: Nov. 28, 2022, 5:20 p.m. EST)
Set Aside
None
Place of Performance
JBER, AK 99506 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Odds of Award
35%
On 11/22/22 USACE Alaska District issued Sources Sought W911KB23R0023 for Geotechnical Design and Related Engineering Services Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) due 12/8/22. The opportunity was issued full & open with NAICS 541330 and PSC C219.
Primary Contact
Name
MAJ Mark Milligan   Profile
Phone
(907) 753-5611

Secondary Contact

Name
THERESA AFRANK   Profile
Phone
(907) 753-2739

Documents

Posted documents for Sources Sought W911KB23R0023

Opportunity Lifecycle

Procurement notices related to Sources Sought W911KB23R0023

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911KB23R0023

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911KB23R0023

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > W2SN ENDIST ALASKA
FPDS Organization Code
2100-W911KB
Source Organization Code
100513801
Last Updated
Dec. 23, 2022
Last Updated By
mark.d.milligan@usace.army.mil
Archive Date
Dec. 24, 2022