BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Louisville, Kentucky. Contact the soliciting agency for additional information.

Synopsis: Architect-Engineer Services for one Indefinite Delivery Indefinite Quantity Contract primarily for Geotechnical Engineering Services within the Louisville District Military Mission Boundaries. 1. GENERAL CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One (1) firm will be selected for negotiations based on the demonstrated competence and qualifications for the required work. The top ranked firm will be awarded the contract. Projects will be awarded by individual Firm Fixed Price Task Orders anticipated in the range of $25,000 - $400,000 with the maximum contract value being $5,000,000. The contract period is cumulative, not to exceed five (5) years from the date of award. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm must comply with FAR 52.219.9 and Public Law 95-507 regarding the requirements to submit a subcontracting plan prior to award. The selected A/E may be required to attend a partnering meeting to define the District's expectations of the A/E, create a positive working atmosphere, encourage open communications, and identify common goals. Significant emphasis will be placed on the A/E's quality control procedures in accordance with ER 1110-1-12 as the District performs the quality assurance role only. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. 2. PROJECT INFORMATION: Activities such as drilling and sampling of soil and rock for engineering investigations, instrumentation installation and evaluation, inspection of geotechnical investigations, laboratory testing (in accordance with ER 1110-2-8150 & ER 1110-1-8100), stability analysis, seepage analysis, geotechnical evaluations and reports, geotechnical field observations and documentation, material investigations and testing, geophysical investigations and reports, volume computations, engineering literature searches, geologic field mapping, seismological studies, surveying, the use of geotechnical software to perform geotechnical analyses (e.g. slope stability, seepage, etc.), shallow and deep foundation analysis and design, and safety are anticipated. Drilling services on land and/or floating plant/barge in rivers may be required. Conventional auger drilling services may include standard penetration sampling, coring, undisturbed sampling, drilling without sampling, instrumentation installation, and may include inspection of the drilling services. Cone penetration testing (CPT) services may also be required and may include pore pressure testing, seismic testing and resistivity testing. Sonic drilling may be required but would be negotiated on an as needed basis. Site location surveying may be required. Metric dimensions, in whole or part may be required for the authorized projects. Any CADD system may be used, but submittals must be accurately translated to Bentley Open Roads format in conformance to the District CADD standards unless otherwise specified. 3. SELECTION CRITERIA: Criteria (a) through (e) are primary. Criteria (f) and (g) are secondary. Amendment 0001******************************************************* Secondary criteria will only be used as a "tie-breaker" among firms that are essentially technically equal. *******************************************************Amendment 0001 The specific selection criteria are listed in descending order of importance as follows and must be documented in the SF330: a) PROFESSIONAL QUALIFICATIONS: The evaluation will consider education, training, professional registration, voluntary certifications, overall and relevant experience, and longevity with the firm. b) SPECIALIZED EXPERIENCE and technical competence of the firm and individual resumes in the project activities identified above and in SF330 Section E, to include: Design-phase geotechnical investigations, analyses and reporting Surface geophysical investigations and reporting (including electromagnetic, electrical resistivity imaging, ground penetrating radar, seismic methods, and other state of the art methods or combination of methods) Borehole geophysical investigations and reporting (including, but not limited to, borehole logging, cross hole sonic, geothermal conductivity and diffusivity testing, and subsurface metal detection for UXO clearance) Geotechnical laboratory testing (soil and rock) Field permeability testing Cone Penetration Testing (CPT) with pore pressure measurement Instrumentation installation and evaluation (piezometers, slope inclinometers, settlement and displacement movement monuments) Seismological studies Stability analyses Seepage analyses Shallow and deep foundation analysis and design Flexible and rigid pavement design using Corps of Engineers Technical manuals and PCASE software Integration of geotextiles into pavement designs c) CAPACITY to complete the work in the required time. The evaluation will consider the experience of the firm and consultants on similar size projects and the availability of an adequate number of personnel in key disciplines. Two (2) 2-person drill crews readily available with a one (1) week notice and three (3) additional 2-person drill crews readily available with a three (3) week notice are required. d) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) KNOWLEDGE OF LOCALITY. Demonstrate knowledge of the geotechnical conditions (e.g. geology, seismicity, subsurface conditions, etc.) in the KY, IN, IL, OH and MI area. f) VOLUME OF DoD contract awards in the last 36 months. g) SMALL BUSINESS PARTICIPATION: The government's evaluation of the offeror's Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members. 4.) SUBMISSION REQUIREMENTS: Amendment 0001***** ******************************************************** Offerors must submit one (1) electronic copy of the SF 330, Part l, and one electronic copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the SAM.gov Unique Entity Identifier (UEI) of the office(s) performing the work in Block 5 of the SF330, Part I. Proposals: ALL SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH THE PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) SOLICITATION MODULE BEFORE THE TIME SPECIFIED. No paper copies, CD-ROMS, facsimile, or DoD SAFE submissions will be accepted. A User ID and Password are required to access PIEE. Offerors are required to self-register as a Vendor or Contractor with the user's CAGE code(s) and must have an active registration in the System for Award Management (SAM) prior to the PIEE registration process. 1. Instructions for registering in PIEE: a. Navigate to https://piee.eb.mil/ b. Select "Register" [top right],or go to https://piee.eb.mil/xhtml/unauth/registration/notice.xhtml c. Select "Vendor" d. Create a User ID and Password and follow the prompts [next] e. Create Security Questions [next] f. Complete your User Profile Information [next] g. Complete your Supervisor or Approving Official Information [next] h. Complete Roles: (1) Step 1. Select SOL-Solicitation (2) Step 2. Select Proposal Manager (3) Step 3. Click Add Roles (4) Step 4. Fill in your Location Code (CAGE Code) [next] i. Provide a justification for your registration [next] j. Follow the remaining prompts to submit your registration 2. Instructions for Electronic Proposal Submissions in PIEE Solicitation Module: a. Log into PIEE and select the Solicitation Icon. b. Enter search criteria to find the solicitation. (Search Criteria can be the complete solicitation number, Solicitation Open Date, Response Due Date, Product or Service Code, NAICS, Set Aside code, Place of Performance Zip Code, Contracting Office DODAAC, or Status). c. The search results display. Select the Solicitation Number link to open the solicitation. d. The solicitation displays. The information is view only. e. Scroll down to see the Contract Information and Attachments. The Attachments can be viewed by selecting the File link. Scroll back up to the top of the screen and click the Offer tab. f. Click the Offer tab to Add and review current offers on the Solicitation. Click the Add button to add an offer to the Solicitation. g. Select the applicable CAGE Code for which submitting the offer for. The list is prefiltered based on the CAGEs in the Proposal Manager's profile. h. Upload the attachments that comprise the offer by selecting the Choose Files link. i. After entering all necessary information enter a Signature Date and Click the Signature button. j. The "Sign Document" pop-up window will be displayed requiring the user to enter a Digital PIN and One Time Password (OTP). Click the "Sign and Submit" button to continue. k. After successfully adding the Offer a success message of the submission will be displayed and the offer displayed collapsed. Users may expand and view all their offers on a Solicitation. File Size Limitations: Offerors are advised to follow the above instructions for uploading files. If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below. File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: o W912QR24R0083_FIRMNAME_Description Each file name shall begin with the solicitation number followed by the firm's name and a brief file description. Please see examples above. (***NOTE: The PIEE Solicitation Module will replace special characters and spaces in the attachment filename with underscores "_"***) File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 11 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 foldouts, etc.) will be counted as two pages. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in each section for each factor. Upload Completion & Deadline: Offerors are highly encouraged to become familiar with the PIEE Solicitation module well in advance of the proposal due date. Interested Offerors shall submit proposals no later than the date specified on the solicitation document. The time & date of proposal receipt will be the upload completion / delivery time & date recorded within PIEE Solicitation module. Do not assume that electronic submission will occur instantaneously. Large files will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes--this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208. Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas should be unlocked). Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision "FAR 52.215-1, Instructions to Offerors - Competitive Acquisition (Nov 2021)," subparagraph (e), which is found in 00 21 00 Instructions of the Solicitation. The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. NOTE: DO NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description.) For training and help using the PIEE Solicitation module, reference the links below. a. New User Information and Help: https://piee.eb.mil/xhtml/unauth/help/helpvendors.xhtml b. Vendor Customer Support: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml c. Solicitation - Web Based Training: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml The Procurement Integrated Enterprise Environment (PIEE) help desk may be reached by calling telephone number 866-618-5988 for assistance. *********************************************************Amendment 0001 The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Amendment 0001************************************************************* Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. ***************************************************************Amendment 0001 Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11"x 17" organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted." Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Resumes for three (3) geotechnical engineers and three (3) geotechnical reviewers are required; at least two (2) of the geotechnical engineers and three (3) of the geotechnical reviewers must be registered professional engineers, trained and experienced in geotechnical engineering. Resumes for two (2) trained and experienced registered professional geologists are required. Resumes for two (2) registered professional (engineer or geologist) project manager qualified by training, experience and education are required. Resume for one (1) registered geophysicist qualified by training, experience, and education is required. SF330 Section F: For all projects included in SF330 Section F, the work must be substantially complete. Substantially complete is defined as a project when the project can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, projects must be substantially complete within the last 8 years. SF 330 Section H: In addition, a brief Design Management Plan including an explanation of the firm's management approach; management of subcontractors (if applicable), quality control procedures (for plans, design analysis and electronic documents), and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Block H of the SF 330. Also in Block H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). The number of pages of the Small Business Small Disadvantaged Business will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 10:00 a.m. Eastern on 11 October 2024. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Submit responses to adyson.medley@usace.army.mil Amendment 0001*************************************************************** Ratings: Evaluators will apply the adjectival rating for the definition that most closely matches the evaluation. TABLE 1 Professional Qualifications, Specialized Experience/Technical Competence, Capacity, and Knowledge of Locality Ratings. Volume of DoD Awards Adjectival Rating Description Outstanding Proposal indicates an exceptional approach and understanding of the requirements and risk of unsuccessful performance is low. Good Proposal indicates a thorough approach and understanding of the requirements and risk of unsuccessful performance is low to moderate. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate. Marginal Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements of the synopsis and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable. TABLE 2 Past Performance Relevancy Ratings Rating Description Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Neutral No relevant past performance information is available. TABLE 3 Small Business Participation Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Definitions: Recency, as it pertains to past performance information, is a measure of the elapsed time since the past performance reference occurred. Recency is generally expressed as a time period during which past performance references are considered relevant. Relevancy, as it pertains to past performance information, is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and subcontract/ teaming or other comparable attributes of past performance examples and the solicitation requirements; and a measure of the likelihood the past performance is an indicator of future performance. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Military

$400,000.00

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

1

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
95
Active Projects
54
Bidding Soon
978
All Active Projects
431
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

April 18, 2025

img_map_placeholder

Multiple Locations, Louisville, KY


The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.