Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2004 FBO #0928
SOLICITATION NOTICE

C -- AE SERVICES FOR CORE DRILLING AND LAB TESTING IN FLORIDA

Notice Date
6/9/2004
 
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-0029
 
Response Due
7/23/2004
 
Archive Date
9/21/2004
 
Point of Contact
Reena Mobley, 904/232-3702
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(Reena.Mobley@saj02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is restricted for small business. One contract may be awarded from this solicitation. The contract will be Indefinite-Delivery, Indefinite-Quantity contracts for a period of one year from date of award, with options to extend for f our additional years, not to exceed a total of five years. Work will be assigned by negotiated task orders. Maximum order limit is $5,000,000.00 for the life of the contract, including options. The primary purpose of this proposed contract is to provide se rvices within the Florida geographic boundaries of the Jacksonville District in support of the Aquifer Storage And Recovery Program (ASR). Additionally, the contract may be used to provide services within the geographic boundaries of the South Atlantic Di vision. 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 among the contracts include performance and quality of deliver ables 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 relevant factors. PROJECT INFORMATION: Services will include the d rilling of monitor and test wells, field testing and analysis of aquifer hydraulic parameters, groundwater sampling, geotechnical subsurface sampling, continuous coring and spot coring within rock units, laboratory analysis of recovered materials, site pre paration, establishing coordinate locations, and geophysical site investigations for the ASR or other programs. Geophysical investigations may include downhole and surface methods. A summary geotechnical report including an expert opinion and geotechnical recommendations may 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 collection procedures: drilling, installation, and testing of monitor, test, and exploratory wells (ASR wells) up to approximately 1800 feet in depth, core boring (split spoon and rock coring), wash probing, undisturbed sampling, test pits, recharge tests , percolation tests, pumping tests (including aquifer performance tests and step-drawdown tests). Firm must have a strong drilling and core collection record in carbonates and semi- and un-consolidated clay, silt, and sand units, which typically exhibit ka rst, swelling, and running conditions, and are characteristic of the rock types and conditions found in south Florida. Use of stringent mud programs, including use of polymers and additives when necessary, will be required when drilling fluid other than water is used. Additionally, firms must have demonstrated expertise with performing, analyzing, and documenting various aquifer tests, including, but not limited to, step-drawdown, specific capacity (packer tests) and extended aquifer performance tests. Firm must have demonstrated ability and expertise to perform the following geophysical methods and technologies: 1. seismic (reflection, refraction, crosshole, and tomography), 2. gravity and microgravity, 3. magnetic, 4. electrical (self-potential, resist ivity, and induced polarization), 5. electromagnetic (time domain and frequency domain), 6. ground penetrating radar, 7. acoustical impedance, and 8. borehole logging (various logs including spontaneous potential, resistivity, electrical, natural gamma, ga mma-gamma, neutron, density, oriented caliper, temperature, sonic and oriented borehole camera). Field conditions may include upland or swamp environments. Firm must clearly demonstrate specialized experience and expertise in the following laboratory analy ses, as a minimum: grain size distribution, carbonate content, Atterberg limits, moisture content, specific gravity, sedimentation rate, organic content, compac tion tests (4 inch and 6 inch molds), unconfined and triaxial compression, permeability, consolidation, and porosity. The analytical laboratory performing chemical analysis of environmental samples must participate in USEPA's National Environmental Labora tory Accreditation Program (NELAP) and be accredited by the State of Florida's accrediting authority, Department of Health, where applicable. The analytical laboratory must be capable of analyzing environmental samples utilizing USEPA-derived analytical me thods and have a sound quality assurance program. The analytical laboratory must also be capable of implementing project specific QA/QC procedures as outlined in the Quality Assurance Systems Requirements of the Comprehensive Everglades Restoration Program (available on the web page www.evergladesplan.org/pm/recover/wqt_qasr.cfm) and prepare data deliverables in the format specified in http://www.epa.gov/oerrpage/superfund/programs/clp/ilm52.htm or http://www.epa.gov/oerrpage/superfund/programs/clp/olm4.htm for hardcopy sets and ftp://ftp.saj.usace.army.mil/pub/projects/ASR/ADR/ or www.lab-data.com for electronic data sets. Firm must also demonstrate experience related to site clearing, heavy equipment operation, establishing coordinate locations, obtaining rights of entry, and permitting. 2. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience, including but not limited to Florida state licensed driller s, drilling mud engineers, registered geologists, hydrogeologists, geophysicists, registered civil (soils) engineers, registered surveyors, soil technicians, data entry technicians, and equipment operators. A geologist or civil (soils) engineer, knowledgea ble 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 locations and elevations obtained by conventional land surveying methods . A mud engineer shall develop and maintain a proper mud program during drilling activities. 3. PAST PERFORMANCE: Firm must demonstrate past performance in the accomplishment of similar 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 that 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 performance on contracts with Government agencies and private industry regarding qu ality 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 evaluati on. 4. EQUIPMENT AVAILABLE TO THE FIRM: Firm must have, or have access to, all necessary drilling equipment, including but not limited to: drill rigs, site preparation equipment, geophysical equipment, and survey equipment. Firm must indicate equipment???? ??s physical location and whether the equipment is owned or leased or, if equipment is not currently owned or leased, where the firm will obtain required equipment when needed. Firm will also be required to maintain Corps of Engineers validation of its lab oratory 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 laborat ory testing facilities at time of contract award. No task orders will be issued until Corps of Engineers validation of laboratory testing facilities has been su ccessfully completed. 5. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued. THE FOLLOWING SECONDARY CRITERION WILL BE USED AS A TIEBREAKER: 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. SUBMISSION REQUIREMENTS: Firms m eeting the requirements described in this announcement, and wishing to be considered, must submit one copy of SF 330, Part I, for the proposed contract team and one copy of SF 330, Part II, for the prime and each subcontractor on the team. Submittal packag e must be received in this office at the address indicated below, no later than 3:00 P.M. Eastern Time on 23 July 2004. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond th ose 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 reject offers from contractors that have not registered. (The CCR web site may be accessed at http://www.ccr.gov). The NAICS code is 541360 wi th 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, ATT N: 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 encouraged to post their name/address on the w eb 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.
 
Record
SN00601129-W 20040611/040609212349 (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.