Federal Bid

Last Updated on 17 Jul 2019 at 3 AM
Sources Sought
Louisville Kentucky

SATOC for A/E Design Geotechnical Services in the CENTCOM AOR

Solicitation ID W912QR-18-GEOSATOC
Posted Date 26 Mar 2018 at 7 PM
Archive Date 16 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Louisville Kentucky United states 40202
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed action is to Provide geotechnical investigation and engineering services to provide site soil information for construction. Explorations shall be in accordance with ASTM D 5434 "Field Logging of Subsurface Explorations of Soil and Rock. All test boring and field testing locations shall be surveyed and comply with topographic survey requirements. Prepare exploration logs in accordance with ASTM D 653, "Standard Terminology Relating to Soil, Rock, and Contained Fluid", and ASTM D 5434, "Standard Guide for Field Logging of Subsurface Explorations of Soil and Rock". The method of advancement shall be determined by the AE based on available equipment and ASTM D 6169, "Selection of Soil and Rock Sampling Devices Used with Drill Rigs for Environmental Investigations". Finalized logs ready for publication shall be prepared from the field logs and adjusted to reflect the results of the laboratory testing.


As much as possible, procedures, practices, and tests, shall conform to ASTM (American Society for Testing Materials) standards.

Geotechnical engineering services include conducting independent technical reviews of geotechnical design elements, review of 3rd party submittals, bearing capacity and settlement determination, pavement recommendations for ground vehicles and aircraft, drainage and dewatering, slope stability, earth pressures for retaining structures, and foundation recommendations for a wide range of structures to include medical facilities, airfield facilities, military base housing, administrative facilities, communication facilities, and utility infrastructure.

The services will primarily be for use with designs generated by TAM staff or in support of smaller specialty projects for CENTCOM Area of Responsibility customers. The locations will likely be new development, isolated for the most part from existing major design or construction programs.

Contract duration is estimated at five (5) years.

The estimated total capacity is $9,000,000.

NAICS code is 541380.

All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 09 April 2018 by 10:00 A.M. Eastern Standard Time.

Responses should include:

1. Identification and verification of the company's small business status.
2. Contractor's Unique Identifier Number and CAGE Code(s).
3. Descriptions of Experience - Interested A/E firms must provide no more
Than five (5) example projects with either greater than 95 percent completion or
projects completed in the past five (5) years where the interested firm served
as the prime contractor. Each project must include the name, title, project role,
e-mail address, and telephone number of at least one reference. References
may be used to verify project size, scope, dollar value, percentages and
quality of performance. Example projects must be of similar size and scope.

a. Projects similar in scope to this project include:

Demonstration of the A-E's capability to perform the following geotechnical investigative tasks in accordance with EM 1110-1-1804 and ASTM international:
• Auger boring (solid and hollow stem)
• Drive boring (push/drive sampling, Becker hammer drill sampling, standard penetration testing)
• Undisturbed boring ("Shelby tube" sampling, fixed piston sampling, etc)
• Rock and concrete pavement core boring (double or triple core sampling)
• Test pit excavations
• In-Situ testing (Tables 5-2, 5-3 EM 1110-1-1804)
• Acquire laboratory services to conduct soil / rock testing
• Work must have been self-performed (or 50% self-performed) to qualify as experience
• Drilling rigs shall comply with EM 1110-1-1804 and be capable of reaching 25m below grade
• Capacity to have 3 drilling crews operational simultaneously

Demonstration of the A-E's capability to perform the following geotechnical engineering services:
• Analyze data and write geotechnical reports making pavement and foundation recommendations for facilities similar to medical facilities, airfield facilities,
military base housing, administrative facilities, communication facilities, and utility infrastructure.
• Conducting independent technical reviews of geotechnical design elements and review of 3rd party construction submittals.

b. Projects similar in size to this project include: At least 5-500 hectares with 5-100 borings, 5-50 test pits, and approximately $400,000 lump sum.

c. Projects similar in location to this project include: Saudi Arabia, Kuwait,
Bahrain, Qatar and other geographic locations known as the CENTCOM AOR.

d. Based on the information above, for each project submitted, include:
1. Scope of the project including the size and award amounts.
2. Current percentage of the Geotechnical Services, or designs complete and the date when it was completed.
3. The portion and percentage of the project that was self-performed.
4. The scope of the work self-performed.
5. Project Owner point of contact (POC).
6. Owner evaluation of completed work.

NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.

4. Submit a resume of the A-E personnel demonstrating the following minimum qualifications:
• Personnel logging samples or writing geotechnical reports shall have a minimum of 5 years of experience practicing Geotechnical engineering or Geology and a
minimum of a B.S. in the same.
• Drilling crew operating the drill rigs shall have a minimum of 5 years of experience in field operations for collection geotechnical samples.

These qualifications shall be provided in the form of an abbreviated resume (not to exceed one (1) page each) for each Key personnel that includes the following:

• Name and title
• Name of firm with which associated
• Years of experience with this firm and with other firms (provide a brief description of project experience, including date of project, size of the
project, and a brief description of the work and the individual's role)
• Education, degree(s), year, and specialization, if applicable
• Active professional registration and/or certifications, if applicable

NOTE: Abbreviated resumes for Key Personnel will not count against the overall page limit.

Email responses to Travis Dunn at [email protected]. If you have questions please contact Travis Dunn at [email protected]. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.

Projects primarily located in Saudi Arabia, Qatar, Bahrain, and Kuwait but could be located in any of the additional sixteen countries that comprise the CENTCOM AOR, as follows:


Afghanistan      Oman
Pakistan           Egypt
Iran                 Iraq
Jordan             Syria
Kazakhstan      Tajikistan
Turkmenistan   United Arab Emirates
Kyrgyzstan       Uzbekistan
Lebanon           Yemen

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Nov 2009 at 9 PM
Location Unknown 16 Jan 2020 at 9 PM

Similar Opportunities

Washington District of columbia 14 Mar 2026 at 4 AM (estimated)
Washington District of columbia 14 Mar 2026 at 4 AM (estimated)
Washington District of columbia 14 Mar 2026 at 4 AM (estimated)
Washington District of columbia 14 Mar 2026 at 4 AM (estimated)
Location Unknown 14 Nov 2025 at 3 PM