SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT FOR DAM SAFETY EVALUATION AND INSPECTION FOR MISCELLANEOUS PROJECTS ASSIGNED TO THE TULSA DISTRICT FROM WITHIN CONTINENTAL UNITED STATES (PRIMARILY TD)
- Notice Date
- 12/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Tulsa - Civil Works, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- DACW56-03-R-1003
- Archive Date
- 3/22/2003
- Point of Contact
- Diedrie Hurd, 918-669-7272
- E-Mail Address
-
Email your questions to US Army Engineer District, Tulsa - Civil Works
(Diedrie.Hurd@swt03.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA POC Mr. Jimmy White, Contracting Division, 918/669-7043 DESC: 1. CONTRACT INFO: A minimum of one Indefinite Delivery Contract will be awarded for Dam Safety and Inspection for Projects Within the Southwestern Division Boundaries or Assigned to Southwestern Division or its Districts for Execution. This is not a request for a Proposal and there is no bid package. This procurement is unrestricted. It is anticipated the contract award date will be awarded by April 2003. The total cumulative amount for this indefinite delivery contract will not exceed $500,00 for the first year period, with no one delivery order to exceed $150,000. The contracting officer may exercise an option to extend the contract for a second and a third 1-year period with an additional cumulative amount not to exceed $500,000 each year and no one delivery order to exceed $150,000. Should the cumulative contract amount reach $500,000 prior to passage of 365 days, the option for the second year and an additional $500,000 of work and services may be exercised. After the first option has been exercised, should be cumulative contract amount reach $1,000,000 prior to passage of 730 days, the option for the third year and an additional $500,000 of work and services may be exercised. 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 that part of the work it intends to subcontract. The plan is not required with the submittal. For your information, the subcontracting goals for Tulsa District are 65% for small business, 10% for small disadvantaged business, 5% women-owned business, 3% Hubzone, 3% Veteran-Owned Small business, 2% Service-Disabled Veteran-Owned Small Business. The minimum award under this contract $10,000 for the base year of $5,000 in each option year. 2. PROJECT INFORMATION: Projects may consist of the following: A. Cleaning and Evaluation of relief well systems B. Cleaning and Evaluation of piezometer systems C. Cleaning and Evaluation of toe drain systems D. Water quality sampling E. Dam safety instrumentation F. Exploratory inspection and sampling G. Performance of formal 5-year inspection of Federal and Non-Federal dams H. Dam safety related studies, reports, O&M manuals, and repair designs . Completion of all comprehensive cleaning and evaluation reports prepared by a professional engineer registered in the State of Oklahoma, Texas, or Kansas, with experience in the maintenance and repair of toe drain, piezometer, and relief well systems. Pump test and cleaning equipment consisting of centrifugal and submersible pumps capable of pumping 1-200 GPM and 500 gallon storage tank. Toe drain cleaning equipment consisting of high pressure sewer cleaning jetter with 2500 psi minimum nozzle pressure controlled by use of color video equipment. Assessment of the condition for total relief well, piezometer, and toe drain systems shall include a determination of the degree of deterioration of the system and recommendations for repair. . Water quality sampling equipment consisting of bailers and pumps. Samples are obtained, transported to approved laboratory, and specified testing completed. . Survey equipment is required for instrumentation of dams. Contract require- ments include evaluation of monitoring devices for vertical and horizontal movements on embankment dams and concrete lockwalls, spillways, and powerhouses. . On site layout for core boring and test pits for a field exploration program, inspection and sampling of borings and test pits, visual classification of soil and rock, and reports detailing the site condition including test pit and boring logs. Performing field permeability tests on relief wells and piezometers. Performing oversight to contract and/or Government drilling and sampling operations. . Perform field investigations on Federal and Non -Federal water control projects and prepare a formal 5-year inspection report in accordance with the Federal Emergency Management Agency Circular (FEMA93), Federal Guidelines for Dam Safety. Inspections and reports shall be accomplished by professional engineer registered in the State of Oklahoma, Texas, or Kansas, with experience in the operation of earth and concrete dams. Comprehensive reports with photographs detailing the overall condition of the crest, upstream and downstream embankment slopes, roadways, guardrails, associated bridges, outlet works, lock walls, spillways, dikes, and levees. . All data and reports submitted in format for computer input, on compact disc (CD) and hardcopy. Numeric data shall be in a format suitable for computer input and supplied on CD disks. Reports shall be submitted in Word 2000 on CD disks and in hard copy. 3. TECHNICAL CAPABILITY: Professional Engineer and/or Professional Geologist registered in the State of Oklahoma, Texas, or Kansas. Most of the work will be located within Oklahoma, Texas, or Kansas. 4. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: a) Professional qualifications for satisfactory performance of the required service: b) Past performance on contracts-with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedule; c) Specialized experience and technical competence in the type of work required; d) Capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline restraints; e) Volume of work previously awarded to the firm by DoD with the objective of effecting an equitable distribution of DoD contracts among qualified firms that have not had prior contracts; f) Location of the firm with respect to the projects. 5. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities to perform this work must submit one copy of SF255 (and a SF254 for the prime firm and all consultants) to the above address Contracting Division, 1645 South 101st East Avenue, Tulsa, OK 74128-4609 no later than 4:30 p.m. on the 30th day after the date of this announcement. If the 30th day is Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. Faxed submittals will not be accepted. The SF255 should specifically address the requirements of this announcement. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office, and those tasks to be subcontracted and at what office. Specify the address of the key person that is assigned to Block 7c. Include in your submittal a proposed organization chart and a narrative description of how the organization will function. Responding firms are requested to identify all computer capabilities in Block 10 of the SF255, not to exceed 10 written pages. If firms/consultants listed on the SF255 have a current SF254 (submitted within the past 12 months) on file with the Corps of Engineers' Architect-Engineer Administrative Support System (ACASS), Portland, Oregon, they need not submit a SF254. Cover letters and extraneous material are not desired and will not be considered. Personal visits to discuss this contract will not be scheduled. Solicitation/bid packages are not provided. This is not a request for proposal.
- Place of Performance
- Address: US Army Engineer District, Tulsa - Civil Works ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Country: US
- Zip Code: 74128-4609
- Record
- SN00227176-W 20021221/021219213825 (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 |