Federal Contract Opportunity

Last Updated on 03 Jul 2025 at 2 PM
Solicitation
Huntington West virginia

SYNOPSIS for Indefinite Delivery Contract (IDC) for Geotechnical and Drilling Services Architect Engineer Services – Dam Safety Modification Mandatory Center of Expertise – Dam Safety Huntington District USACE - W91237-25-R-A002

Details

Solicitation ID W9123725RA002
Posted Date 03 Jul 2025 at 2 PM
Response Date 14 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W072 Endist Huntington
Agency Department Of Defense
Location Huntington West virginia United states 25701

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act (PL 92-582) as implemented in FAR Subpart

36.6. Architect-Engineer Contractors (A-Es) will be selected for negotiations based on demonstrated competence and qualifications for the required work. Work will be performed for the US Army Corps of Engineers (USACE) or its customers. Work will predominantly occur within the boundaries of the Continental United States (CONUS) though some work may potentially occur outside of CONUS when such work is assigned to the Corps of Engineers. The U.S. Army Corps of Engineers, Huntington District, proposes to obtain Geotechnical Services through a single award Indefinite Delivery Architect-Engineer (AE) contract. Geotechnical services are required for projects supporting the USACE Dam and Levee Safety community by the Dam Safety Modification Mandatory Center of Expertise (DSMC). A single indefinite delivery contract will be negotiated and awarded with a base period and four option periods of one year each. The value of orders placed against this contract will not exceed $49,000,000.00 over the life of the contract. Work will be issued by negotiated firm fixed-price task orders. The contract is anticipated to be awarded in September 2025. This announcement is open to all businesses regardless of size. Large businesses must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. The subcontracting plan is only required by the chosen most highly qualified firm and is not part of the submittal for this synopsis. A corporate Quality Control Plan will be required at the time of award. Each task order will require a task specific Quality Control Plan and if site work is required a Site Specific Safety and Health Plan in accordance with the USACE Engineering Manual (EM) 385-1-1. To be eligible for contract award, firms must be registered in the System Award Management (SAM) at the time of submission (FAR 4.1102). Register via the SAM website at https://www.sam.gov/portal/public/SAM

2. PROJECT INFORMATION: The A-E services to be provided under this contract will be multidisciplinary geotechnical (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan, design, evaluate (through risk and reliability analysis), construct, operate and control reservoirs and dams, flood damage reduction projects, and disaster response. The firm will be required to provide the appropriate personnel, materials, equipment, management, quality, and cost controls to perform all phases of work as required for geotechnical expertise, drilling services, and production level testing of geotechnical materials (rock, soil, aggregates, stone, etc.). The contract includes provisions for work in the Continental US and its territories. All work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards, and practices and other professional practices and standards as necessitated by project conditions or task order requirement.

3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance. Criteria (a) through (f) are primary. Criteria (g) and (h) are secondary and will only be used as a “tiebreaker” among firms that are essentially technically equal. 

a) Specialized Experience and Technical Competence:  As listed below in  descending order of importance, firms must demonstrate direct specialized experience, technical competence, and availability of both staff and equipment to provide or perform:

  • Risk-informed geotechnical assessment, analysis, and design.
  • Earth embankment and foundation seepage analysis.
  • Seepage management/control features design for dams/levees with soil and/or bedrock foundations.
  • Seismic hazard, ground motion, and liquefaction studies.
  • Complex stability analysis for earthen and gravity dams.
  • Rock mechanics expert services.
  • Subsurface exploration, inspection, down-hole imaging.
  • Geotechnical materials testing (soil, rock, aggregate, stone, etc.).
  • Instrumentation design, installation, and data collection.
  • Gravity dam uplift and drainage system expert services.
  • Geologic/geomorphological site characterization including complex exhibits.
  • Hydraulic rock scour expert services.
  • Rock and soil anchor design.
  • Geophysical studies.
  • Use of gINT, CADD, and geotechnical specialty software.
  • Support dam/levee safety routine assessment / inspection / training. 

b) Professional Qualifications: The evaluation of professional qualifications will primarily consider relevant experience with the key requirements of this contract as listed directly above in 3(A)1-16.  Advanced specific work experience, training, publications, and pertinent certifications focused on the subject work will best demonstrate qualifications for this contract. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training, longevity with the firm, and specific work experience of key personnel to include drillers and drilling inspection staff. The firm shall demonstrate the necessary staff to perform all of the types of work listed above. The roles of all staff proposed for work on this contract shall be clearly indicated on each resume, and staff member’s specific contributions to the example projects (which the firm selects to highlight in SF 330, Part I, Section F) shall be prominently discussed in the resumes. Firms shall also identify a single point of contact for this contract, provide an organization chart of all proposed staff, and a complete list of all subcontractors proposed including a discussion of how each will be used.  In accordance with USACE drilling regulation ER 1110-1-1807, Drillers must have a minimum of five years’ successful experience performing exploratory drilling in earthen embankments, and exploratory drilling inspectors must be registered professional engineers or professional geologists with a minimum of five years’ experience drilling in earthen dams and embankments. 

c) Capacity: The evaluation will consider the firm’s ability to provide required physical plants and supplies. Capacity of the firm to perform approximately $20,000,000.00 in work for the required type in a base period, and four options periods, and accomplish the anticipated work in a satisfactory and efficient manner. The evaluation will consider the firm’s ability to provide an adequate number of personnel in key disciplines and equipment required to meet the requirements above. Evaluation will include capability and availability of the firm’s listed equipment to perform all required work, condition of equipment, maintenance of equipment, and equipment failure alternatives. Firms shall demonstrate their ability to provide comprehensive program and project management for complex work; comprehensive technical support; ability to provide necessary personnel and equipment for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. Firms must also submit a list of all significant equipment and software intended to be used on this contract.

d) Past Performance: Firms must demonstrate past performance in work similar in technical scope on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The PPIRS is the primary source of information on past performance. Verifiable, documented evaluations from sources outside PPIRS may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS.

e) Safety: The firm shall provide an evaluation of equipment use, safety policy and plan, job hazard analysis, employee responsibilities, safety training, public safety, and knowledge of USACE’s Safety Program and OSHA requirements.

f) Quality Control: The firm shall display evidence of a quality control program, inspection program, system for identification of deficiencies, file maintenance, and method of assignment.

g) Small Business Participation: SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran-owned businesses) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor or joint venture partner.

h)  Equitable Distribution of DOD Contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Business and Small Disadvantaged Business.

4. SUBMISSION REQUIREMENTS: Offerors shall submit SF330 Part I and SF330 Part 2 electronically through email to Contract Specialist Danielle Logan Roar at [email protected]. SF330s shall be a minimum 12- point font except where mandated fillable forms require smaller fonts. No paper copies, CD, DVD, thumb drives, email, or facsimile will be accepted. To be eligible for award, a firm must be registered in System for Award Management (SAM). Register via the SAM internet site at www.sam.gov. Solicitation packages are not provided and no additional project information will be given to A-Es during the announcement period. This is not a request for proposal. The Contract Specialist responsible for this procurement is Danielle L. Roar ([email protected]).