SOLICITATION NOTICE
C -- INDEFINITE DELIVERY TYPE CONTRACT FOR GEOTECHNICAL LABORATORY TESTING
- Notice Date
- 6/26/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Kansas City-Civil Works, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- DACW41-02-R-0011
- Response Due
- 7/26/2002
- Archive Date
- 8/25/2002
- Point of Contact
- Alice Jeffres, 816-983-3831
- E-Mail Address
-
US Army Engineer District, Kansas City-Civil Works
(alice.m.jeffres@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 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, Military and HTRW programs assigned to the Kansas City District, U.S. Army Corps o f Engineers. Selection will be made for one Indefinite Delivery Type Contract with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $100,000 and a total of $300,000. An option period may be exercised when the contracts amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amount. Anticipated award for the contract is September 2002. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the work subcontracted. The subcontracting goals fo r the Kansas City District are as follows: a minimum of 61.2% of the contractor's intended subcontract amount placed with small businesses (SB), 9.1% placed with small disadvantaged businesses (SDB), 4.5% placed with women-owned small businesses (WOSB) and 1% placed with HubZone small business. The subcontracting 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 y ears. A business is small for this effort if its average annual receipts do not exceed $4.0 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 employee's 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 http://ccr.gov/index.cfm or by contacting the DOD Electronic Commerce Information Center at 1-800-227-2423 . This contract will include continuing funding clauses. Work orders may be assigned for any work within the jurisdiction of the Corps of Engineers but the selection will be based on criteria within the Kansas City District. 2. PROJECT INFORMATION: Types of services required will include: a) geotechnical laboratory testing for civil and military design and construction; b) rock and rockfill testing for civil and military design and construction; and c) laboratory testing of co nstruction material such as asphalt, aggregates, concrete, and other paving materials for civil and military design and construction. The AE laboratory shall be certified or shall be capable to be certified by the Department of the Army, Corps of Engineer s, Engineer Research and Development Center, Geotechnical and Structures Laboratory, Waterways Experiment Station, Vicksburg, Mississippi (ERDC). 3. SELECTION CRITERIA: See Note 24 for a general description of the AE selection process. Selection criteria are listed in order of importance. Criteria a-e are primary. Secondary criteria f-g will only be used as tiebreakers. a. Specialized experience and technical competence: (1) (a) Experience in geotechnical laboratory testing to support site characterization for design of civil and military projects, including unit weights, void ratio, porosity and degree of saturation; Atterberg limits; moisture content determination; speci fic gravity; shrinkage limits; grain size analyses including sieve and hydrometric analyses; standard and modified compaction tests; compaction tests for earth-rock mixtures; permeability tests; consolidation tests; swell and swell pressure tests; suction testing with filter paper; direct shear tests; tr iaxial compression tests; unconfined compression tests; relative density; pinhole erosion tests for dispersive clays; CBR tests and any other miscellaneous soil testing for determination of design characteristics; (b) Experience in soil testing for constru ction quality control of civil and military work including density and unit weight by nuclear method, sand cone method, rubber balloon, dry cylinder, and other miscellaneous testing for construction materials; (c) Experience in rock and rockfill laboratory testing including unit weight, absorption, and specific gravity; petrographic examination; modulus of elasticity; tensile strength; triaxial compressive strength; unconfined compressive strength; rock bolt anchor pull test; slake durability; resistance of stone to freezing and thawing and other miscellaneous testing for rock and rockfill design characteristics; (d) Experience in construction material testing including asphalt, concrete, and aggregates and other miscellaneous testing on construction materia ls. All testing shall be performed with respect of Corps of Engineers criteria or ASTM or AASHTO criteria where appropriate. (2) Quality management procedures. Describe the firm’s quality management procedures (Block 10 of SF 255) including internal quality control and who is responsible. A detailed quality control plan is not required with this submission. b. Professional capabilities and resources: (1) List/describe (including state(s) of registration as appropriate) qualified professionals to work on this contract. (2) Describe the firm’s laboratory testing facilities and equipment. Special emphasis will be on the capability to transport, trim and test high quality undisturbed soil samples. (3) List of any nationally recognized laboratory certifications. c. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Geographic proximity. Preference will be given to laboratories located closer to the Kansas City metropolitan area to minimize the disturbance of the soil samples during shipping and to facilitate access for the Kansas City District personnel to the la boratory for sample inspection and evaluation. e. Capacity to complete testing assignments within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in key disciplines as well as the availability of testing facilities. f. 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 awarded in the last 12 months to the prime A-E firm. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your fir m by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. 4. Submittal Requirements: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) to the address listed below not later than close of business 26 July 2002. Each firm/consultant listed within the SF255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In Block 10 also indicate the estimated percentage involv ement of each firm on the proposed team. 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/Cornell, 760 Federal Building, 601 E. 12th Street, Kansas City, Missou ri, 64106-2896. 5. Questions: Questions of a technical nature should be addressed to Mary Perlea at (816) 983-3602 and those of an administrative nature to Brad Cornell at (816) 983-3844.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA41/DACW41-02-R-0011/listing.html)
- Place of Performance
- Address: US Army Engineer District, Kansas City-Civil Works ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN00100394-F 20020628/020626214601 (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 |