Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

H -- Geotechnical Laboratory Testing, Geotechnical Engineering Services, and Drilling

Notice Date
11/19/2008
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-1000
 
Response Due
12/18/2008
 
Archive Date
2/16/2009
 
Point of Contact
John Akin, 816-389-3808<br />
 
Small Business Set-Aside
N/A
 
Description
CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas City, MO 64106-2896 Title: INDEFINITE DELIVERY TYPE CONTRACT FOR GEOTECHNICAL LABORATORY TESTING, GEOTECHNICAL ENGINEERING SERVICES, AND DRILLING Solicitation Number: W912DQ-09-R-1000 Closing Date: 21 Nov 2008 CONTRACTING POC: John Akin PHONE: 816 389-3808 Synopsis 1. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support the Civil Works and Military programs assigned to the Kansas City District, U.S. Army Corps of Engineers by providing geotechnical testing, geotechnical engineering services, and drilling services. Selection will be made for one Indefinite Delivery Type Contract with a contract period of five years. The total amount of work will not exceed $1,500,000 over the contract period, or $300,000.00 per fiscal year. Work will be issued by negotiated firm-fixed-price task orders not to exceed the contract amount. Anticipated award for the contract is March 2009. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8.8% of a contractors intended subcontract amount be placed with SDB; (3) at least 7.3% of a contractors intended sub contract amount be placed with WOSB; and (4) 3.1% placed with HUBZone small businesses, and 2.0% placed with service Disabled Veteran Owned Small Businesses. The plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Task orders may be assigned for any work, civil or military, within the jurisdiction of the Northwestern Division and adjoining USACE Divisions, but the selection will be based on criteria within the Kansas City District. 2. PROJECT INFORMATION: Types of services required will include geotechnical services for both military and civil work projects as follows: a) geotechnical laboratory testing; b) construction quality control testing; c) rock and rockfill testing; and d) geotechnical design services. While the primary focus of the contract is geotechnical laboratory testing and, to a lesser extent, Items b) through d), the work may also involve drilling services. For designated tests, the AEs laboratory shall be certified or shall be capable to be certified by the Department of the Army, Corps of Engineers, Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory, Waterways Experiment Station, Vicksburg, Mississippi (ERDC). 3. SELECTION CRITERIA: Selection criteria and subcriteria are listed in the order of importance. See Note 24 for a general description of the AE selection process. Items a. through e. listed below are primary criteria. Secondary criteria f. through g. will only be used as tiebreakers. a.Specialized experience and technical competence. In SF 330 Part I, Section F, include a discussion of up to 10 projects which best represent the firms experience in each of the subparagraphs (1) through (4) listed below. The evaluation will place more emphasis on recent projects. A percentage has been assigned to designate how each subcriteria will be weighted in the evaluation. (1)Geotechnical Testing (70%). (a) Experience in geotechnical laboratory testing to support site characterization for design of civil and military projects. It includes extrusion and preparation of high quality undisturbed samples; unconfined compression tests (ASTM 2166); consolidation tests (ASTM D2435); swell and swell pressure tests (ASTM D4546); grain size analyses and hydrometer analyses (ASTM D422, D1140); triaxial shear tests with pore pressure measurements (ASTM D4767, D2850); direct shear tests (ASTM D3080); total sulfates (AASHTO T290); CBR test (ASTM D1883); relative density (ASTM D4253); pH (AASHTO T289) and permeability tests (ASTM D2435, D5084), (b) Experience in soil testing for construction quality control of civil and military work including standard and modified proctor tests (ASTM D698, D1557); density testing by nuclear method (ASTM D2922); sand cone method (ASTM D1556), Concrete Slump (AASHTO T119), Concrete Density, Yield, & Air Content (ASTM C138), Compressive Strength of Cylinders (ASTM C39), Asphalt Content (ASTM 6307), Specific Gravity Bituminous Mix (ASTM D2726), Percent Air Bituminous Mix (ASTM 3203), (c) Experience in rock and rock fill laboratory testing including absorption and specific gravity (ASTM C 127, C128, C97); Sieve Analysis (ASTM C117, C136); resistance to freezing and thawing (ASTM D5312); slake durability (ASTM D4644); unconfined compressive strength (ASTM D2938); direct shear test on rock (ASTM D5607); and LA abrasion (ASTM C131). On SF 330 Part 1, Section F, provide the type and number of individual tests performed on projects, and total fees for each project listed. (2)Geotechnical Services (15%). Experience in providing geotechnical design and construction services, including evaluation of subsurface data and test results, preparing calculations and analyses, preparation of design memorandums, reports, pavement and materials designs, specifications, performing QC/QA reviews, and providing construction oversite. (3)Drilling Services (10%). Experience in the various drilling methods and instrumentation installation techniques including disturbed and undisturbed soil sampling, rock coring, and in-situ testing. (4)Quality management Procedures (5%). In SF 330 Part I, Section H, briefly describe the firms quality management procedures, including any work performed by subcontractors. Describe geotechnical testing, design, and drilling procedures. For testing work, this would include sample tracking, storage and handling procedures, equipment calibration, and reviews of the finished product. For designs, this would include documentation of the QM review process for each stage of design. For drilling work, this would include field records of drilling and sampling processes, documentation of earth materials encountered, documentation of instrument installations, and documentation of drilling safety processes. A detailed QM plan is not required with this submission. b.Professional Qualifications and Equipment. (1)Professional Qualifications. In SF 330 Part I, Section D, specifically identify each of the proposed individuals to fill the following roles: QC/QA managers, lab manager, geotechnical engineers, geologists, project manager, laboratory technicians, and drill manager. Resumes should identify specific projects and individual responsibilities. The evaluation will consider education, registration (if applicable), and overall relevant experience. (2)Certifications. List any nationally recognized laboratory certifications in SF 330 Part I, Section H. Also, include a summary statement on the firms intent to obtain or maintain Corps of Engineers Research and Development Center (ERDC) certification. (3) Testing Facility and Equipment. In SF 330 Part I, Section H, describe the firms laboratory testing facilities, list of lab and drilling equipment. Special emphasis will be placed on the labs equipment for extruding, trimming and testing high quality undisturbed soil samples for testing. c.Past Performance. Indicate past performance on government contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined from references, other sources or ACASS. d.Capacity. The evaluation will consider the availability of an adequate number of personnel in key disciplines and availability of equipment and facilities. Indicate the number of each type of equipment on the list in Section H. Special emphasis will be placed on classification testing (ASTM D2487), unconfined compression (ASTM D2166), consolidation/swell (ASTM D2435, D4546), and soil shear testing (ASTM D4767, D2850, D3080). e.Geographic proximity. Preference will be given to firms with laboratories located within close proximity to the Kansas City metropolitan area. This will minimize disturbance of soil samples during shipping and allow Kansas City District personnel to quickly access the laboratory for sample inspection and evaluation. f.SB and SDB. Indicate extent of participation of SB (including WOSB), SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total contracted effort. g. Volume of DOD contracts. Indicate volume of DOD contracts awarded in the last 12 months to the prime A-E firm. 4. Submittal Requirements. Interested firms having the capabilities to perform this work must submit 3 copies of SF 330 to the address listed below not later than close of business, 1500 CST, 9 December 2008. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-C/J.Akin, 760 Federal Building, 601 E. 12th Street, Kansas City, Missouri, 64106-2896. 5. Questions: Questions of a technical nature should be addressed to Mr. Dan Jones at (816) 389-3603 and those of a contracting nature to Mr. John Akin at (816) 389-3808, or email at John.H.Akin@usace.army.mil. Emailing questions is recommended.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7960b78ae663d79f8424288dca246359&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01707288-W 20081121/081119215621-24a4c655d063e9f8563104977e3942f1 (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.