Similar Projects
Replace Steam Piping from B320 to B500 Phase I
Renovation, Infrastructure
Design
$5,000,000 CJ est. value
Martinsburg, WV 25405

Replace Gas Line and Meter House
Renovation
Design
$2,000,000 CJ est. value
Beckley, WV 25801

RFQ Contractor - Roof Repair Building
Renovation
Bidding
$60,000 CJ est. value
Morgantown, WV 26506

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Various Small Construction Projects within the Boundaries of Great Lakes and Ohio River Divisions
Renovation, Addition, Demolition, Term Contract
Results
Less than $90,000,000 est. value
Chicago, IL - Louisville, KY - Detroit, MI - Allegany, Buffalo, NY - Nashville, TN - Huntington, WV

Various Small Construction Projects within the Boundaries of Great Lakes and Ohio River Divisions
Renovation, Addition, Demolition, Term Contract
Results
Less than $90,000,000 est. value
Chicago, IL - Louisville, KY - Detroit, MI - Allegany, Buffalo, NY - Nashville, TN - Huntington, WV

Replace Building 14/15 HVAC and Halls and Walls
Renovation
Design
$2,000,000 CJ est. value
Beckley, WV 25801

Instructional Design Center (IDC)/Distance Learning Center (DLC) Facility
New Construction, Infrastructure - 32,000 SF
Post-Bid
$25,000,000 CJ est. value
Harpers Ferry, WV 25425

Correct Milcon Deficiencies B305 Fuel Cell
Renovation, Demolition
Results
$1,000,000 to $5,000,000 est. value
Martinsburg, WV 25405

Inspection, Testing, Maintenance and Monitoring of Fire Alarm Systems
Term Contract
Design
Kingwood, WV 26537

Multiple Award Construction Task Order Contract
New Construction, Renovation, Demolition
Post-Bid
Washington, DC - Baltimore, Perry Point, MD - Beckley, Clarksburg, Huntington, WV 21201

Base-Wide Interior Building Renovations
Renovation
Results
$100,000 to $250,000 est. value
Martinsburg, WV

RFQ Design - EHRM Infrastructure Upgrades Design Huntington
Renovation
Post-Bid
$2,588,623 CJ est. value
Huntington, WV 25704

Clarksburg Armory Windows and HVAC Renovations
Renovation
Results
$895,000 CJ est. value
Clarksburg, WV 26301

Last Updated 05/31/2023 03:36 AM
Project Title

RFQ - A-E Geotechnical and Drilling Services

Physical Address View project details and contacts
City, State (County) Huntington, WV 25701   (Cabell County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jul 06, 2022 Contract Award Number: W91237-22-D-0010 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: GJMAQ9LSEBJ8 Contractor Awarded Name: Geo Consultants Corporation Contractor Awarded Address: Kevil, KY 42053-8972 USA Base and All Options Value (Total Contract Value): $25000000.00 SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - This is a SOURCES SOUGHT notice to determine the capabilities of small business firms for a small business set-aside. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Small businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, SBA Woman-Owned (note that WOSB/EDWOSB firms must be SBA Certified or showing a "pending" status for SBA Certification in the SBA Dynamic Small Business Search to compete in the event the opportunity is set aside as a WOSB/EDWOSB). , and Service-Disabled Veteran-Owned. The work would be required for projects within the Great Lakes and Ohio River Division of the US Army Corps of Engineers, which includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh District, though will primarily occur through the Huntington District Only small businesses will be considered for this SOURCES SOUGHT. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $16.5 million in average annual receipts. The Indefinite Delivery Contract(s) (IDC) may be up to $15 million if all options are exercised. The task orders will generally be between $20,000 and $2,000,000. It is likely possible that multiple task orders may be ongoing at the same time. Contractor staff and experts must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 "Policy for a Common Identification Standard for Federal Employees and Contractors." The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective small business A/E's' project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages front and back. 1) Offeror's name, address(es), point of contact, phone number, e-mail address cage code and DUNS number. 2) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years based on the below criteria. Specialized Experience and Technical Competence: Describe your firms' specialized experience with respect to: geotechnical investigations; surface investigations, to include geotechnical mapping, site mapping, remote sensing, geophysical surveys; subsurface drilling, sampling and testing, to include geophysics, drilling and sampling procedures, drive sampling, undisturbed sample boring, diamond core drilling; geotechnical materials testing (soil, rock, aggregate, stone, etc.); seepage management and design; risk-informed geotechnical assessment, analysis and design; instrumentation design, installation and data collection; complex stability analysis for gravity dams; geologic and geomorphological site characterization; use of specialty software, to include OpenGround, CADD and geotechnical specialty software; reconnaissance and feasibility studies; preconstruction engineering and design services; construction activities; civil site design and layout; Independent Expert Peer Reviews; develop and evaluate geotechnical repair alternatives; and preparation of Design Documentation Reports, Rehabilitation Reports, and Plans and Specifications. (b) Professional Qualifications: Describe the professional qualifications of your firm. Provide the number and qualifications of registered professional personnel in the following key disciplines, including years of actual specialty experience, listed in descending order: Geotechnical Engineers, Geologist, Seismologist, Environmental Geologist, Hydraulic Rock Scour Expert, Hydrogeomorphologist, Geotechnical Materials Specialist, Geotechnical Risk Consultant, and Engineering Technicians (Draftsmen/CADD Operators). Personnel proposed for this contract shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 1 experience includes five to ten (5-10) years of conventional geotechnical engineering experience for design and/or construction, geotechnical investigations, surface investigations, subsurface drilling and sampling, reconnaissance and feasibility studies, preconstruction engineering and design services, construction activities, Level 2 experience includes ten to fifteen (10-15) years of conventional geotechnical engineering experience for design and/or construction, geotechnical investigations, surface investigations, subsurface drilling and sampling, reconnaissance and feasibility studies, preconstruction engineering and design services, construction activities, Experience should include all that within the Level 1, plus experience as a project technical lead, and overseeing and directing field work. Level 3 experience includes more than fifteen (15+) years of conventional engineering experience engineering design. Experience should include all that within Levels 1 and 2, plus experience in managing several geotechnical services task orders or contracts. (c) Past Performance: Describe your firms' performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from the Contract Performance Assessment Reporting System (CPARS). (d) Capacity: Describe your firms' capacity to perform approximately $3,000,000.00 through multiple task orders, in a one-year period, and accomplish the anticipated work in an efficient manner. Prime contractor must have in-house experience in bridge inspections and hydraulic steel structure inspections, structural design, and civil site design and layout. The Government is seeking short statements regarding the company's ability to demonstrate existing expertise and experience in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition to small businesses. Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. Firms are strongly encouraged to make known their interest and experience in this type of work. Electronic submission via email is preferred. Please email your qualification statement to Karen.L.Simmons@usace.army.mil , by close of business of May 18, 2021. The method of contractor selection has not been determined at this time.

Details

Division 00 - Procurement and Contracting Requirements, Available Project Information, Geotechnical Data, Geotechnical Monitoring Information.
Division 01 - General Requirements.
Division 02 - Existing Conditions, Geotechnical Investigations, Subsurface Drilling and Sampling, Geotechnical Monitoring Before Construction.
Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Geotechnical Instrumentation and Monitoring of Earthwork, Geotechnical Instrumentation and Monitoring, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents