Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2002 FBO #0384
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR SOIL TESTING, SOIL PROJECTS AND GEOTECHNICAL ENGINEERING SERVICES FOR MISCELLANEOUS PROJECTS ASSIGNED TO THE TULSA DISTRICT FROM WITHIN THE 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-1004
 
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 A minimum of one Indefinite Delivery Contract will be awarded to provide Geotechnical and Construction material sampling, testing, 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. This is not a request for proposal and there is no bid package. This procurement is unrestricted. It is anticipated the contra ct will be awarded by May 2003. The total cumulative amount for this indefinite delivery contract will not exceed $1,000,000 for the first year period, with no one delivery order to exceed $1,000,000. The Contracting Officer may exercise an option to exten d the contract for a second and a third l-year period with an additional cumulative amount not to exceed $1,000,000 each year and no one delivery order to exceed $1,000,000. Should the cumulative contract amount reach $1,000,000 prior to passage of 365 day s, the option for the second year and an additional $1,000,000 of work and services may be exercised. After the first option has been exercised, should the cumulative contract amount reach $2,000,000 prior to passage of 730 days, the option for the third year and an additional $1,000,000 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 to subcontract. The plan is not required with the submittal. For your information, the subcontracting goals for Tulsa Distric t are 65% for small business, 10% for small disadvantaged business, 5% for women-owned business, 3% Hubzone, 3% Veteran-Owned Small Business and 2% Service-Disabled Veteran-Owned Small Business. The minimum award under this contract is $20,000 for the bas e year and $10,000 in each option year. 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, and Atterberg limits; unconfined compression tests, 'Q' and 'R-bar' triaxial compression tests; permeability tests, including flexible wall permeameter tests; and compaction tests. Materials testing assignme nts may include testing of geosynthetic, aggregate, stone, bituminous, and concrete materials, including 3-point flexural strength testing of concrete. Geotechnical and materials construction quality assurance testing 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 test methods. Computation and compilation of geotechnical and materials test results will be required. Engineering reports and labor atory data shall be submitted electronically in Microsoft. Work and Excel formats; boring logs and drawings shall be furnished in a CADD format which is fully compatible with the Intergraph/Bently Microstation CADD software (version SE or later); in addit ion hard copies of all submittals shall be provided. (b) Field investigation assignments may include, but are not limited to, topographic surveying to define areas of work and/or locate borings; full service drilling including specialized drilling situatio ns such as investigations at existing embankment dams or environmental HTRW sites and drilling in areas which are difficult to access (marsh, soft ground, or heavily forested); rock, soil and/or materials sampling, including the recovery of 6-inch diameter undisturbed soil samples by Denison barrel, Pitcher sampler, or other comparable samplers; 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; geophysical explorations and interpretations; vibration monitoring; pile load testing; and evaluation of existing roadway and airfield pavements. (c) Geotechnical engineering 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. 3. SELECTION CRITERIA: See Note 24 for general selection process. 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 (i) are secondary and will be used as 'tie-breakers' among technically qualified firms. The selection criteria in descendin g order of importance are: (a) Specialized work experience 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 FR 1110-1-8100 or demonstrate 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 D 3740, ASTM D 3666, ASTM E 329, and ASTM E 548. Firm shall provide documentation demonstrating compliance with these spec ifications as part of the SF 255 submittal. Firm must include a Quality Assurance and Management Plan with the SF 255 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 255 submittal. (b) Capacity (personnel and equipment) to accomplish work in the required time. The firm must demonstrate capacity to handle ten (10) simultaneous task orders of varying type and location, and provide the following minimum personnel to perform work: three soils lab technicians; three 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 fully compatible with the Intergraph/Bently Microstation CADD software, Version SE or later. Firm must be able to provide the following minimum equipment to be utilized for the project: 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 capable of collecting undisturbed samples, (Failing 1500 or equivalent). (c) Professional qualifications necessary for satisfactory performance o? 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. (d) 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 Oklahoma, Kansas, Northern Texas, and Western Arkansas region will be a consideration. (e) 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 respect to the Tulsa District Headquarters. This is a requirement because undisturbed soil and rock cannot be delivered to the testing laboratory by commercial freight. (f) Safety plan outline and past performance (man-hours lost to accidents in the last 100,000 man-hours of work by firm). (g) Past performance on contracts with Government agencies and private industr y. 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'. (h) Degree of participation of Small Businesses (including Woman-Owned Small Businesses), Small Disadvantaged Businesses, Historically 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 to perform this work must submit one copy of SF 255 (and a SF 254 for the prime firm and all consultants) to the above address, Contracting Division, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128-4609, no later than 4:30p.m. on the 30th day after the date of this announcement. If the 30th day is Saturday, Sunday or a Federal Holiday, the deadline is 4:30 p.m. of the next business day. Faxed submittals will not be accepted. The SF 255 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 in 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 SF 255, not to exceed ten written pages. If firms/consultants listed on the SF 255 have a current SF 254 (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 SF 254. 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
 
Record
SN00227177-W 20021221/021219213826 (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 |
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.