Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOLICITATION NOTICE

C -- Materials and Soils Testing, Core Drilling And Geotechnical Engineering Services For Miscellaneous Projects Assigned to the Tulsa District

Notice Date
12/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-08-R-1006
 
Response Due
1/7/2008
 
Archive Date
3/7/2008
 
Point of Contact
tinacox, 9186697088
 
E-Mail Address
Email your questions to US Army Engineer District, Tulsa
(tina.cox@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions should be addressed to: Ms. Melinda Fair at 918/669-7135 1. CONTRACT. A minimum of one Indefinite Delivery Contract will be awarded to provide geotechnical and construction material sampling, testing, surveying, analysis and design . The contract may include work on military, civil, or environmental projects located within the Southwestern Division Boundaries or assigned to Southwestern Division or its Districts for Execution. Establishment and operation of on-site laboratories for construction materials testing may be required to accomplish the work. This is not a request for proposal and there is no bid package. This procurement is unrestricted. It is anticipated the contract will be awarded by February 2008. The contract will c onsist of one (1) base year and four (4) option periods for a possible total of a five (5) year IDIQ contract, if the Contracting Officer chooses to exercise the option periods. The estimated value of for the contract inclusive of all options shall not exc eed $12,000,000. The total cumulative amount for this indefinite delivery contract will not exceed $2,400,000 for the first year period, in which case the Contracting Officer may exercise an option to extend the contract for a second, third, fourth, and fi fth one (1) year period with an additional cumulative amount not to exceed $2,400,000 each year. Should the cumulative contract amount reach $2,400,000 prior to passage of 365 days within the base or any option year an additional $2,400,000 of work and ser vices may be exercised. The minimum award under this contract is $48,000 for the base year and $24,000 in each option year. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement to subcontract. The p lan is not required with the submittal. For your information, the subcontracting goals for Tulsa District are 52% for small business, 10% for small disadvantaged business, 10% for women-owned business, 3.5% Hubzone, 2% Veteran-Owned Small Business and 2% Service-Disabled Veteran-Owned Small Business. 2. PROJECT INFORMATION. The following work may be expected under this contract: (a) Soil and rock laboratory testing assignments may include, but are not limited to, extrusion and preparation of up to 6-inch diameter undisturbed samples, classification, mechanical grain size analysis, water content, Atterberg limits, unconfined compression tests, 'Q' and 'R-bar' triaxial compression tests, permeability tests, including flexible wall permeamete r tests, and compaction tests. Materials testing assignments may include testing of aggregate, stone, bituminous, and concrete materials, including 3-point flexural strength testing of concrete. Geotechnical and materials construction quality assurance t esting may also be required. Tests shall be performed in accordance with the methods presented in EM 1110-2-1906 'Laboratory Soils Testing' and with applicable ASTM and AASHTO test methods. Computation and compilation of geotechnical and materials test r esults will be required. Engineering reports and laboratory data shall be submitted electronically in Microsoft Word and Excel formats. Boring logs and drawings shall be furnished in a CADD format which is fully compatible with the Microstation CADD soft ware (Version V8 or later); in addition pdf files and hard copies of all submittals shall be provided. The Contractor may be required to produce cost estimates using Corps of Engineers Computer Aided Cost Estimating System (M-CACES Gold, software provided , latest version), prepare specifications using SPECSINTACT Software, and GIS files for input to ESRI graphic systems (b) Field investigation assignments may include, but are not limited to, topographic surveying to define areas of work and/or loca te borings; full service drilling including specialized drilling situations such as investigations at existing embankment dams or environmental HTRW sites and d rilling in areas which are difficult to access (marsh, soft ground, or heavily forested); rock, soil and/or materials sampling, including the recovery or 6-inch diameter undisturbed soil samples by Denison barrel, Pitcher sampler, or other comparable sampl ers; rock pressure testing for determination of water intake; geologic mapping of existing surface conditions and/or exposed foundation conditions; hydrogeologic investigations and interpretation which may include installation of wells and/or piezometers; plugging and abandonment of monitor wells; geophysical explorations and interpretations; vibration monitoring; pile load testing; subsurface plate bearing tests; and evaluation of existing roadway and airfield pavements. (c) Geotechnical engineerin g work may include, but is not limited to, foundation design; roadway and airfield pavement design; HTRW containment design; borrow investigations; design and inspection of earth embankment structures; design of cut slopes and channels; seismic analysis of structures; presentation of data and designs in report form; and construction monitoring. (d) On-site laboratories may be required in support of construction activities. The laboratory may be a temporary structure provided by the Contractor or a permanent structure provided by the Government. Establishment of the laboratory may require providing utility hookups, testing equipment, supplies, office equipment, and personnel to perform the tests, as required by the individual task order. Temporary structures will be removed at the end of the work unless otherwise approved by the Contracting Officer. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (f) are primary. Criteria (g) through (h) are secondary and will be used as 'tiebreakers' among technically qualified firms. The selection criteria in descending order of importance are: (a) Specialized work ex perience and technical competence of the firm and its key personnel to perform the services listed above. Firm (both prime and/or sub-contract laboratories completing testing) must be COE certified in accordance with ER 1110-1-261 and ER 1110-1-8100 or de monstrate capability of achieving certification via past certification or documented inspections and certification from other Federal or State agencies. Firm must be certified prior to performing actual work. Firm must also be compliant with ASTM C 1077, ASTM D 3740, ASTM D 3666, and ASTM E 329. Firm shall provide documentation demonstrating compliance with these specifications as part of the SF 330 submittal. Firm must include a Quality Assurance and Management Plan with the SF 330 submittal. Include a list of testing capabilities for the primary laboratory and secondary laboratories which will be used to accomplish the soil, rock, and materials testing under this contract as part of the SF 330 submittal. (b) Experience with establishment and op eration of on-site laboratories. Firm must demonstrate experience in setting up and operating on-site laboratories in support of construction operations. Such operations would include but not be limited to large earthwork and structures projects typical of dam construction. (c) Capacity (personnel and equipment) to accomplish work in the required time. The firm must demonstrate capacity to handle three (3) simultaneous task orders of varying type and location, and provide the following minimum pe rsonnel to perform work: three soils lab technicians; two geotechnical design engineers; one engineering technician; one CADD draftperson ; one 2-person survey crew; and two drill crews. Firm must demonstrate capacity to produce CADD drawings which are fu lly compatible with the Microstation CADD software, Version V8 or later. Firm must be able to provide the following minimum equipment to be utilized for the pr oject: two core drill rigs with off road access capability; one wireline type drill rig with a minimum 200-ft depth capability; and one drill rig Failing 1500 or equivalent capable of collecting undisturbed samples . (d) Professional qualifications necessary for satisfactory performance of required services. Firm must have experienced personnel, including but not limited to, professional engineers, geologists, land surveyors and drillers registered/licensed in the states of OK, KS, TX, and AR. < BR>(e) Knowledge of the geographic area. Knowledge and experience of drilling, testing, and design for expansive soils and clay shale materials and knowledge of geologic features, sample and data collection procedures, and testing requirements for the Okl ahoma, Kansas, Northern Texas, and Western Arkansas, region will be a consideration. (f) Location of the firm in the general geographic area of the Tulsa District will be a consideration along with the proximity of the testing laboratory with respe ct to the Tulsa District Headquarters. This is a requirement because undisturbed soil and rock cannot be delivered to the testing laboratory by commercial freight. (g) Safety plan outline and past performance (man-hours lost to accidents in the la st 100,000 man-hours of work by firm). (h) Past performance on contracts with Government agencies and private industry. Firm must demonstrate its past performance in the accomplishment of similar work. Items to be addressed are: 'Past performance on DoD and other contracts with respect to cost control. quality of work, and compliance with performance schedules'. (i) Degree of participation of Small Businesses (including Woman-Owned Small Businesses), Small Disadvantaged Businesses, Histori cally Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities and q ualifications to perform this work must submit one copy of the SF 330 Part I and II for the prime firm and all consultants to the above address no later than 2:00 p.m. on January 07, 2007. Regulations require that the selection board not consider any subm ittals received after this time and date. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describi ng how the organization will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there). Include in your submittal the f irms ACASS number in SF 330, Section C, Block 12. For ACASS information, call 503/808-4590. Address all Selection Criteria in descending order of importance, as defined in Section 3 of this announcement, in SF 330, Section H. This is not a request for proposal. Cover letters and extraneous materials are not desired and will not be con?sidered. Personal visits to discuss this contract (or contracts) will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualifications for the contract (or contracts) will be conducted only after the submittal review by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Ms. Melinda Fair at 918/669-71 35, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN01465249-W 20071208/071206230407 (fbodaily.com)
 
Source
FedBizOpps 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.