F--Geotechnical Investigations Support Mendota Pool
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jul 08, 2022 11:32 am PDT
- Original Response Date: Aug 05, 2022 06:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F015 - NATURAL RESOURCES/CONSERVATION- WELL DRILLING/EXPLORATORY
- NAICS Code:
- 541620 - Environmental Consulting Services
- Place of Performance:
Description
This is a request for Standard Form (SF) 330 Architect-Engineer (A-E) qualification packages.
1. GENERAL INFORMATION: The Bureau of Reclamation (Reclamation) has a requirement for Architect-Engineering (A-E) services. The Government intends to award a firm fixed contract. This project is a 100% total small business set aside. The estimated value of this requirement ranges between $1,000,000.00 and $5,000,000.00.
2. PROJECT INFORMATION: The purpose of this contract is to assist the San Joaquin River Restoration Program Office with Geotechnical Investigations which are required to support the design of the Mendota Pool Bypass and Reach 2B Improvements Project. Specific components of the anticipated support activities include Geotechnical Investigation, Sampling, Geological Logging, Photography, Laboratory Testing, and a Geotechnical Data Report. See attached Statement of Work for more details.
3. SELECTION PROCESS: The selection will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 packages and determination of the three highest rated firms. Negotiations with the three most highly rated firms may occur in Phase I. Firms that are not ranked in the top three will be notified at this time. In Phase II, the highest ranked firm will receive a solicitation requesting a price proposal. Negotiations will be conducted as needed. If the proposal is determined fair and reasonable, award will be made to that firm. If negotiations are not successful with the highest rated firm, the negotiation process will continue with the next highest rated firm, and so on until award can be made.
4. SELECTION CRITERIA: Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance.
(1) Professional Qualifications: The evaluation will consider education, registration, overall relevant geotechnical engineering investigation experience with relevant projects, and longevity with the firm.
(2) Specialized Experience: The evaluation will consider specialized experience in performing:
(i) Geotechnical investigations as described above.
(ii) Subsurface investigation as described above.
(iii) Inspection services as described above.
(iv) Laboratory Testing
(v) Lab to be accredited by Caltrans or AASHTO.
(3) Capacity to Accomplish the Work in the Required Time: Capacity to perform approximately $1,000,000.00 to $5,000,000.00 within the period of performance in the Statement of Work. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment.
(4) Past Performance: Past performance on Bureau of Reclamation and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the A-E firm will be considered.
(5) Knowledge of the Locality/ Geographic Location of Firm: The evaluation will consider the firms knowledge of Merced County near Mendota Dam and Columbia Pumping Plant in Merced, CA. The most advantageous location would be nearest to Merced, CA. The criterion would only be applied if it leaves an appropriate number of qualified firms given the nature and size of the project.
5. PHASE I SUBMISSION CRITERIA/REQUIREMENTS:
Submit SF-330 Statement of Qualifications by email to Sherry Heibeck at sheibeck@usbr.gov by 5:00 PM PDT on Friday, August 5, 2022. The SF-330 and all attachments shall not exceed a total of 50 pages. This includes title page, table of contents past performance questionnaires, and any other relevant information. All questions shall be submitted by email to sheibeck@usbr.gov.
See attached documents:
ATTACHMENT 1 - Submission Requirements Checklist
ATTACHMENT 2 - Past Performance Questionnaire
ATTACHMENT 3 - Blank SF-330
ATTACHMENT 4 - Statement of Work
ATTACHMENT 5 - Proposed Map
ATTACHMENT 6 - Tables of Potential Investigation Locations
Attachments/Links
Contact Information
Contracting Office Address
- 2800 COTTAGE WAY
- SACRAMENTO , CA 95825
- USA
Primary Point of Contact
- Heibeck, Sherry
- SHeibeck@usbr.gov
- Phone Number 916-978-6188
- Fax Number 916-978-5175
Secondary Point of Contact
History
- Jul 30, 2022 08:55 pm PDTPresolicitation (Updated)
- Jul 08, 2022 11:32 am PDTPresolicitation (Original)