SOLICITATION NOTICE
C -- INDEFINITE DELIVERY TYPE CONTRACT FOR CONSTRUCTION QUALITY ASSURANCE AND GEOTECHNICAL LABORATORY TESTING FOR TUTTLE CREEK DAM FOUNDATION MODIFICATION PROJECT
- Notice Date
- 11/30/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 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-06-R-0005
- Response Due
- 1/5/2006
- Archive Date
- 3/6/2006
- Small Business Set-Aside
- N/A
- Description
- 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 Kansas City District for the quality assurance, laboratory and field testing for Tuttle C reek Dam Foundation Modification Project assigned to the Kansas City District, U.S. Army Corps of Engineers. Selection will be made for one Indefinite Delivery Type Contract not to exceed 3 years. The amount of work will not exceed $3,000,000. Work will be issued by negotiated firm-fixed-price task orders not to exceed the contract amount. Anticipated award for the contract is February 2006. 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 for 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 year s. 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 L abor 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.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, and (ORCA) including creation of an MPIN number. This contract will include continuing funding clauses. 2. PROJECT INFORMATION: Types of services required will include: a) construction material and construction quality control testing and b) geotechnical laboratory testing. The AE firm will install a laboratory in the building provided by the Government at the construction site at Tuttle Creek Dam. The plans of the building will be included for information only at our website at http://www.nwk.usace.army.mil/contract/contract.html. A site visit to the laboratory building at Tuttle Creek dam will be on 9 De cember 2005 at 11:00AM. The map to the site visit location will be included on our website above. It is intended that the AE will staff the on-site laboratory with a team of two technicians during the entire period of the contract. A team leader will be on site at least one day a week and will certify the work performed on the on-site laboratory. The AE quality control team will certify any work performed off-site. The following testing is intended to be performed at the on-site laboratory: a.) testing o f fresh cement grout cubes including unit weight and compressive strength of mortar; b.) testing on grab samples including cement content for stabilized cohesive soil and for stabilized sand c.) testing on cored samples including unconfined compressive str ength and cement content, and d.) soil testing including Atterberg limits, moisture content determination, grain size analyses; standard compaction tests. Other testing requiring special equipment may be performed off site at the AE laboratory. Both on-s ite and off site laboratories have to be capable to be certified by the Department of the Army, Corps of Engineers, Engineer Research and Development Center, Geotechnical a nd Structures Laboratory, (ERDC). The fees for the on-site laboratory certifications will be paid by the Government. 3. SELECTION CRITERIA: Selection criteria are listed in order of importance. Criteria a-d is primary. Secondary criteria e-g will only be used as tiebreakers. a. Specialized experience and quality management: (1) Specialized Experience. Experience in a) testing on fresh cement grout cubes including determination of the unit weight (density) of fresh cement grout cubes per ASTM D 6020; determination of compressive strength of mortar per ASTM C 109; b) grab sam ple testing including determination of cement content for stabilized cohesive soils per ASTM D 2901; determination of cement content for stabilized sand per ASTM D 5982; c) testing on cored samples including unconfined compressive strength per ASTM C 39C/3 9M; cement content per ASTM D 806; and d) soil testing including Atterberg limits per ASTM D 4318; moisture content determination per ASTM D 2216; particle size analysis of soils per ASTM D 422, amounts of materials in soils finer than No. 200 sieve per AS TM D 1140; standard compaction tests per ASTM D 698. In SF 330, Part I Section F provide the number of individual tests performed for each project worked on. Also identify the tests conducted on on-site laboratory. (2) Quality management procedures. In SF 330, Part I, Section H provide a brief description addressing the Laboratory Quality Management procedures, quality procedures for work done by subcontractors, sample tracking, storing and handling procedures, cali bration of laboratory equipment, and review of finished products. A detailed quality control plan is not required with this submission. b. Professional capabilities and resources: (1) Provide professional qualifications and experience of the proposed team including the contract Project Manager, the contract Quality Control Manager, the on-site team leader, and at least two technicians to be assigned to the on-site laboratory. Ident ify in SF 330, Part I, Section D each of the individuals to fill the above roles. Resumes should identify projects involved on-site laboratory. (2) Describe the firms laboratory testing equipment and the equipment to be installed in the on site laboratory. (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. 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. e. Geographic proximity. Preference will be given to laboratories located closer to the Manhattan, Kansas to minimize the disturbance of samples during shipping for testing outside the laboratory installed on the Government property at the Tuttle Creek Da m. 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 firm 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: Interested firms having the capabilities to perform this work must submit three copies of SF 330 to the address listed below not later than close of business 5 January 2006. Solicitation packages are not provided. This is not a r equest for proposal. Submit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-C/Clayton, 760 Federal Building, 601 E 12th Street, Kansas City, Missouri, 64106-2896. 5. Questions: Questions of a technical nature should be addressed to Mary Perlea at (816) 983-3602 or Bill Empson at (816) 983-3556 and those of a contracting nature to Carlos Clayton at (816) 983-3746, or e-mail at carlos.e.clayton@usace.army.mil. It is b est to e-mail questions.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN00942284-W 20051202/051130212010 (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 |