Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

C -- A-E SERVICES FOR CORE DRILLING AND LABORATORY TESTING WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-04-R-0015
 
Response Due
5/4/2004
 
Archive Date
7/3/2004
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation W912EP-04-R-0015 Contract Specialist POC Sara D. Pines 904-232-2083, Technical POC Gin A. Hightower 904-232-1075. This solicitation is unrestricted. Up to three contracts may be awarded from this solicitation. The contracts will be Ind efinite-Delivery, Indefinite-Quantity contracts 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. Work will be assigned by negotiated task orders. Maximum order limit is $3,0 00,000.00 for the life of each contract, including options. The primary purpose of this proposed contract is to provide services within the Florida geographic boundaries of the Jacksonville District. Additionally, the contract may be used to provide servi ces within the geographic boundaries of the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders a mong the contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevan t factors. PROJECT INFORMATION: Services will include geotechnical subsurface sampling via continuous and/or standard SPT techniques, coring within rock units, field testing, laboratory analysis of recovered materials, site preparation, establishing coord inate locations, and geophysical site investigations. Geophysical investigations may include the following methods and technologies: 1. seismic (reflection, refraction, crosshole, and tomography), 2. gravity and microgravity, 3. magnetic, 4.electrical (sel f-potential, resistivity, and induced polarization), 5. electromagnetic (time domain and frequency domain), 6. ground penetrating radar, 7. acoustical impedance, and 8. borehole logging (spontaneous potential, resistivity, electrical, natural gamma, gamma- gamma, neutron, caliper, temperature, sonic and borehole camera). A summary geotechnical report including an expert opinion and geotechnical recommendations will be required as part of each assignment. Factors for Evaluation in order of priority are: 1. SP ECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firm must clearly demonstrate specialized experience and expertise in the following field data collection procedures: core boring (split spoon and rock coring), wash probing, vibracoring, undisturbed sampling, test pits, recharge tests, percolation tests, pump tests, monitoring well installations, etc. Field conditions may include upland, swamp, and on water (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, organic content, compaction tests (4 inch and 6 inch molds). Firm must also demonstrat e experience related to site clearing, heavy equipment operation, establishing coordinate locations on land and in water, obtaining rights of entry, geophysical site investigations. 2. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or throug h association 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, equip ment operators. 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 locatio ns and elevations obtained by conventional land surveying methods. 3. PAST PERFORMANCE: Firm must demonstrate its past performance in the accomplishment of sim ilar work. Firm must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as: information tha t has a logical connection with the matter under consideration and applicable time span). Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations, and quality of the delivered product. Past perfor mance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) and information available from other sources, will be utilized for prior performance evaluation. 4. 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 prepar ation equipment, geophysical equipment, and survey equipment. Firm must indicate equipment??????s physical location and whether the equipment is owned or leased. Firm will also be required to maintain Corps of Engineers validation of its laboratory testing facilities during the performance period of the basic contract and all task orders. Firm will be required to submit documentation confirming that it has obtained or is in the process of obtaining Corps of Engineers validation of its laboratory testing fac ilities at time of contract award. No task orders will be issued until Corps of Engineers validation of laboratory testing facilities has been successfully completed. 5. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must have the capacity t o proceed with work and accomplish it in a timely manner once a notice to proceed is issued. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 6. 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 number of qualified firms for consideration. 7. 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. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each o f SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultan ts and subcontractors should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member role on each listed project (architect, projec t manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on May 04, 2004. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures 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 Central Contractor Registration (CCR) before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to r eject offers from contractors that have not registered. (The CCR web site may be accessed at http://www.ccr.gov). Small and small disadvantaged firms are encour aged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and small dis advantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for award, the firm must comply with FAR 52.219-1, regarding the requirement for a subcontracting plan on that part of the work it intends to su bcontract. Of those dollars the large business firm intends to subcontract, the Corps of Engineers target goals for subcontracting are 57.2% to small business concerns; 10.0% to small disadvantaged business concerns; 10.0% to women-owned small business co ncerns; 3.0% for SBA HUBZone certified small business concerns; 4.0% veteran-owned small business concerns; and 3.0% to service-disabled veteran-owned small business concerns. Large firms should keep these target goals in mind when considering qualificati ons of potential subcontractors and ensure that each proposed subcontractor socio-economic status is clearly identified in the submission of qualifications. An approved small business subcontracting plan will be required prior to award to a large business firm. The NAICS code is 541360 with a small business size standard of $4,000,000. 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, 701 San Marco Boulevard, Jacksonville, FL 32207-8175 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 are encourage t o post their name/address 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. A printout of the listing of interested firms can only be obtained by accessing the announcement at our web page at www.saj.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Jacksonville 701 San Marco Blvd(Prudential Bldg), Jacksonville FL
Zip Code: 32207-8175
Country: US
 
Record
SN00555100-W 20040328/040326212432 (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  © 1994-2020, Loren Data Corp.