Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2002 FBO #0081
MODIFICATION

C -- A-E Service for Core Drilling and Lab Testing Primarily within the Florida Boundaries of the Jacksonville District

Notice Date
2/19/2002
 
Notice Type
Modification
 
Contracting Office
U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACW17-02-R-0013(REPLACING DACW17-02-R-0006)
 
Response Due
3/13/2002
 
Archive Date
4/12/2002
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA . a. This solicitation replaces Solicitation No. DACW17-02-R-0006, which was posted in CBDNet on December 12, 2001. This action is being taken to revise the requirements regarding Government validation of contractor laboratory testing facilities, for cl arification. If you previously submitted under Solicitation No. DACW17-02-R-0006, you will be considered and you need not resubmit. However, if you wish to revise your submittal, it must be received by the closing date and time specified herein. If you no longer wish to be considered, please notify this office in writing. Revisions are located in ?Factor for Evaluation No. 2, EQUIPMENT AVAILABLE TO THE FIRM.? Up to five contracts may be awarded from this solicitation. Up to three of these contracts may be awarded using unrestricted acquisition procedures and up to two contracts may be awarded pursuant to small business set-aside procedures. Each contract will be Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for two additional years; not to exceed a total of three years. The Government reserves the right to exercise the contract options be fore the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limit s are $1,000,000 for each contract year and $1,000,000 per task order. The primary purpose of these proposed contracts is to provide services for projects located within the Florida boundaries of the Jacksonville District. Secondarily, the contract may b e used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers District within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boun daries of the Jacksonville District. Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experien ce, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Services will include geotechnical subsurface sampling via continuous and/or standard SPT techniques, coring within rock units, field testing, l aboratory analysis of recovered materials, site preparation, and establishing coordinate locations. The geographic extent of the assignments is within the State of Florida. A summary geotechnical report including an expert opinion and geotechnical recomm endations will be required as part of each assignment. Factors for Evaluation in order of priority are: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firm must clearly demonstrate specialized experience and expertise in the following field data coll ection procedures: core boring (split spoon and rock coring), wash probing, vibracoring, undisturbed sampling, test pits, recharge tests, percolation tests, pump tests, piezometer installations, etc. Field conditions may include upland, swamp, and on wate r (both fresh water and marine water environments). Firm must clearly demonstrate specialized experience and expertise in the following laboratory analyses: grain size distribution, carbonate content, atterberg limits, moisture content, specific gravity, sedimentation rate, loss on ignition, compaction tests (4 inch and 6 inch molds), etc. Firm must also demonstrate experience related to site clearing, heavy equipment operation, establishing coordinate locations on land and in water, obtaining rights of en try, etc. 2. EQUIPMENT AVAILABLE TO THE FIRM: Firm must have all necessary drilling equipment, including but not limited to: drill rigs, floating plant for protected waters, site preparation equipment, survey equipment and laboratory testing fa cilities. Firm must indicate equipment's physical location and whether the equipment is owned or leased. Firm will also be required to submit documentation confirming that it has obtained or is in the process of obtaining Government validation of its labo ratory testing facilities at time of contract award. No task orders will be issued until Government validation of laboratory testing facilities has been successfully completed. 3. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through ass ociation with qualified subcontractors, adequate staff with specialized experience, including but not limited to registered geologists, registered civil (soils) engineers, registered surveyors, soil technicians, data entry technicians, drillers, equipment operators, etc. A geologist or civil (soils) engineer, knowledgeable in the geology of Florida, must observe all drilling operations and prepare detailed field logs to document sampling procedures. A registered surveyor must validate all coordinate locat ions and elevations. 4. PAST PERFORMANCE: Firm must demonstrate its past performance in the accomplishment of similar work. Firm must list current contracts and related information including the name, address, and telephone number of references. Pertine nt issues are ability to meet established schedules, ability to accomplish work within budgetary limitations, and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timelines s of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration System (ACASS) and information available from other sources, will be utilized for prior performance evaluation. THE FOLLOWING SECONDA RY CRITERIA WILL BE USED AS TIEBREAKERS: 5. GEOGRAPHIC LOCATION OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida with lower mobilization and demobilization costs will be given preference provided there is an adequate nu mber of qualified firms for consideration. 6. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUB MISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list onl y the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants and subcontractors should be indicated parenthetically, and their source clearly identified. In Block 7G of th e SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongl y recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 13 March 2002. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochure s or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.acq.osd.mil/ec.) Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested fi rms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for th is contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers floors for subcontracting are 61.4% to small business concerns; 9.1% to SBA Certified Small Disadvantaged Business concerns; 5.0% to women-owned small business concerns; 2.5% for SBA Certified HUBZone concerns and 3.0% for Service-Disabled Veteran-Owned Small Bus iness. The term ?floors? is used instead of ?goals? as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms should keep these floors in mind when considering qualifications of potential subcon tractors and ensure that each proposed subcontractor's socio-economic status is clearly identified in the submission of qualifications. An approved small business-subcontracting plan will be required prior to award. The NAIC code is 541330. The size stan dard is $4,000,000. Your attention is directed to FAR 52.219-14, Limitations on Subcontracting, which will be included in the contract set-aside for small business and which states in part: ?At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. Response to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 400 West Bay Street, Room 565, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. Firms may post their name/addres s on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page at www.saj.usace.army.mil.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00028010-W 20020221/020219221617 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.