Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

H -- Blanket Purchase Agreement - Engineering Testing and Inspections Services

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-15-T-0003
 
Response Due
11/21/2014
 
Archive Date
1/6/2015
 
Point of Contact
Lauren Gandolfi, 504-862-2340
 
E-Mail Address
USACE District, New Orleans
(lauren.a.gandolfi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
UNRESTRICTED PROCUREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NAICS Code: 541380. The U.S. Army Corps of Engineers, New Orleans District, has a requirement for Engineering Testing and Inspections Services. This requirement is being issued as Unrestricted under Request for Quote (RFQ) No. W912P8-15-T-0003 and is being procured as a Blanket Purchase Agreement (BPA) under FAR Part 13.303. The Government anticipates awarding one or more five (5) year BPAs from this solicitation from which future BPA calls will be placed against. BPAs will be awarded to the responsible offerors whose offer conforms to the solicitation and has the lowest reasonable price. The BPA will have an estimated $5,000,000.00 ceiling. Inspection and test methods for this BPA program include but are not limited to the following services and test methods: SOILS TESTING ASTM D-698 Standard Laboratory Compaction Characteristic (Moist Prep Proctor) ASTM D-698 Standard Laboratory Compaction Characteristic (1 Point Moist Prep Proctor) ASTM D-854 Specific Gravity ASTM D-1556 Density of Soil by Sand Cone Method ASTM D-1557 Modified Laboratory Compaction Characteristic (Moist Prep Proctor) ASTM D-2166 Unconfined compression tests ASTM D-2216 Water (Moisture) Content of Soil and Rock by Mass (Oven) ASTM D-2487 Soil Classification ASTM D-2974 Organic Soils Test ASTM D-4253 & ASTM D-4254 Relative Density Maximum & Minimum ASTM D-4318 Liquid and Plastic limits test ASTM D-4643 Water (Moisture) Content of Soil and Rock by Mass (Microwave) ASTM D-6913 Grain size analysis - sieve only ASTM D-6938 Density of Soil by Nuclear Method CONCRETE TESTING ASTM C-39 Compressive Strength of Cylindrical Concrete Specimens ASTM C-117 Materials Finer than No. 200 Sieve in Aggregates by Washing ASTM C-136 Sieve Analysis of Fine and Coarse Aggregates ASTM C-190 Compressive Strength of Hydraulic Mortars Cube Specimens ASTM C-295 Petrographic Analysis of Aggregates ASTM C-856 Petrographic Analysis of Concrete/Mortar ASTM D-1140 Amount of Material in Soils Finer than No. 200 (75 um) Sieve ASTM C-1202 Rapid Chloride Permeability ASTM E-488 Concrete Anchor Pull test GENERAL TESTING ASTM E-94 Radiographic Testing ASTM E-164 Ultrasonic Testing ASTM E-165 Liquid Penetrant Testing ASTM E-709 Magnetic Testing Discontinuity (Holiday) Coating Test Coating Thickness Test Eddy Current Machine Holiday Test Equipment Bolt Torque Wrench (Calibrated) A370, A615 Tension of Metallic Materials (Reinforcing Bars) A370, A615 Bend Test of Metallic Materials (Reinforcing Bars) Noise & Vibration monitoring with equipment Vibration monitoring with equipment Analytical Testing PROFESSIONAL, OFFICE, FIELD Project Manager Project Engineer Civil Engineering Technician Secretary ACI/ICC Reinforced/Prestressed Concrete Special Inspector ICC/Senior Soils Special Inspector Structural Steel & Bolt Special Inspector AWS Certified Welding Inspector - Level II ASNT/NDT Technician Level III ASNT/NDT Technician Level II (non CWI) 3-Person conventional survey party 2-Person GPS survey party 2-Person GPS RTK Survey Party Party Chief Surveying Aid (Chain person) Instrument person Rod person / chain person Vehicle (sedan / pickup) Materials, Rental Equipment & 3rd Party Services Mileage Per Diem Lodging Per Diem Meals Travel For work that involves aggregates, concrete, masonry, rock or soil the Engineering Testing and Inspection firm shall, at its own expense, obtain and maintain validation as an approved testing laboratory by the Materials Testing Center (MTC) of the Engineering Research and Development Center (ERDC). This shall be done in accordance with ER 1110-1- 8100 and ER 1110-1-261. MTC maintains the database of currently validated laboratories at the following website, which is updated as changes occur: http://www.wes.army.mil/SL/MTC/mtc.htm For work that involves vibration, steel, steel reinforcing bars, coatings inspections and other specialized construction material testing and inspection the Engineering Testing and Inspection firm should maintain personnel, procedures and equipment that meet applicable industry standards. SPECIFICATIONS The material tests shall be ordered by Contract Officers or Authorized Call Officers from an Engineering Testing and Inspection firms that has been validated by the Materials Testing Center (MTC) and/or has the applicable qualifications for the services requested. The laboratory will inform the Call Officer of its ability to conduct the required tests at the specified location and time. If the laboratory is unable to perform the request, the Call Officer will utilize another Engineering Testing and Inspection firm. Engineering Testing and Inspection firms shall reference the current New Orleans Construction Control Manual for procedures on specific testing/inspection procedures. Laboratories shall expedite tests ordered by the Call Officers (indicated by the appropriate request form) in a professional and reasonable time frame to prevent test results from adversely impacting the project schedule. If test methods require additional time to complete, the Engineering Testing and Inspection manager shall contact the Call Officers to discuss the anticipated completion time frame. AUTHORIZED CALLERS Warranted contracting officers and authorized individuals of the New Orleans District may place individual Calls against this BPA to place orders for less than $10,000.00 per call. Only authorized individuals are authorized to place orders (calls) under this BPA, and the Contractor shall not accept, nor is the Government liable, for payment of orders made by anyone other than authorized individuals. Any changes in the names of the authorized individuals shall be made only by the Contracting Officer. The list of authorized Call Officers will be available for reference at the following secure internet site and maintained by the Contracting Officer Representative (COR): https://partners.usace.army.mil/sites/MVN/QACC/default.aspx The following FAR Clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - Alternate II and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-1 Small Business Program Representations FAR 52.219-28 Post Award Small Business Program Re-representation FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.225-1 Buy American - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 (Alt A.) System for Award Management; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. QUOTATION DUE DATE: Written quotes must be received no later than 21 November 2014 at 12:00 pm CT. Quotes should be e-mailed to lauren.a.gandolfi@usace.army.mil. Offerors must be registered at the time of offer submission with the System for Award Management (SAM) to receive a Government contract award. You may register online at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-15-T-0003/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN03568911-W 20141109/141107233702-f7ddcbae48799e927a90dc37fab35e9d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.