Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

B -- Geotechnical Borings and Soil Sampling at the American Dam, El Paso, Texas

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ07T0007
 
Response Due
11/28/2006
 
Archive Date
1/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a more detailed solicitation is available on the Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/ or at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912HZ-07-T-00 07 , which includes exhibits that could not be posted as this site. Offerors should check the FEDTEDS Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. Solicitation Number W912HZ-07-T-0007 is being issued as a request for q uotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-13. This procurement is 100% set aside for small business c oncerns under NAICS Code 541380 (SIC 8734) with a size standard of $11,000,000. The USACE, Vicksburg District, Consolidated Contracting Office, proposes to award a simplified acquisition for Geotechnical borings and soil sampling at American Dam, El Paso, Texas. 1. Introduction. Twelve borings will be drilled at the American Dam, El Paso,TX, for the U.S. International Boundary and Water Commission (IBWC) to support the under-seepage analysis at the structure. The drilling and soil sampling work will be performed in conjunction with an engineering analysis of the sheet pile cutoff upstream of the dam, under-seepage analyses of the foundation, and ground penetrating radar surveys (GPR) beneath the concrete aprons to determine whether voids are present in the founda tion. 2. Drilling. Borings will be drilled by a geotechnical company with soil testing capabilities that have been certified by the US Army Corps of Engineers (USACE) lab certification program. Costs and time associated with the mobilization and demobilization of drilling crews and equipment, and shipping costs associated with transporting soil samples for laboratory soil testing are critical. The geotechnical soils testing laboratory must be identified on the approved Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) Materials Testing Center website at http://gsl.erdc.usace.army.mil/gsl.html. This website provides a listing for USACE certified labs nationwide. A local El Paso soils testing lab is required because E RDC personnel will work with the drilling contractor to identify the selected soil samples for later laboratory soils testing. Because the drilling, sampling, and soils testing are part of other concurrent studies, it is necessary for the laboratory to be in the local area to minimize travel by the Government Point of Contact (POC). 3. Specifications. Specifications for the drilling, soil sampling, and testing are described as follows: 3a. Boring Locations and Depths. Exact boring locations will be provided to the contractor prior to drilling. Borings will be drilled in the channel upstream and downstream of the American Dam during the non-irrigation season, and at each abutment. Four deep borings to determine the stratigraphy beneath the dam will be drilled as part of this scope of work. Deep borings will be drilled to bedrock or 100 ft maximum depth depending on whichever is less. Deep borings will be drilled in the channel upstrea m and downstream of the dam. Two borings will be drilled in each abutment to 50 ft maximum depth or bedrock to determine the abutment stratigraphy and properties. Additionally, six shallow borings to 30 ft depth will be drilled in the channel area upstre am and downstream of the dam to characterize the soil texture and stratigraphy beneath the dam. Access roads to the floodplain will be constructed by the International Boundary and Water Commission (IBWC). A temporary cofferdam to divert river flow into the American Canal will be constructed by the IBWC to permit the safe occupation of the floodplain for drilling and the dewatering of the upstream, northeast corner of the dam. Dewatering of the ups tream corner of the dam will be conducted to permit sheet-pile inspection using a commercial company (not part of this scope of work). Screening of boring locations will be performed by the drilling contractor through Texas One-Stop utility service and US IBWC to avoid utility lines (gas, electric, water, etc.). 3b. Falling Head Tests. Two falling head tests at channel locations to be determined will be conducted to characterize the in-situ permeability of floodplain soils. Falling head tests will be conducted either through the hollow-stem auger and/or installa tion of temporary piezometers. 3c. Sampling Procedures. Split spoon samples will be taken at 2-1/2 ft interval over the first 15 ft of the boring depth, and at 5 ft sample interval below 15 ft depth (i.e., 20, 25, 30, 35, etc.). Blow counts will be recorded on the field boring logs at 0.5 ft interval and samples will be made using a 140 lb drop hammer and standard split-spoon. A larger split-spoon may be used providing it is cleared with the Corps site representative. 3d. Field Logging and Reporting. A boring log will be prepared by the contractor showing the soil lithology, sampling and drilling techniques, blow counts, ground water levels, and other observations of importance. The boring log should include the class ification and testing of soils by the Unified Soils Classification System (USCS). A brief letter report describing drilling methods, boring logs, and laboratory soils testing procedures will be presented as a final deliverable under this scope of work. 3e. Completion of Borings. Borings will be grouted with a bentonite-portland cement slurry following drilling in accordance with State Regulations. Grouting will be from the bottom of each hole to the top. 3e. Laboratory Soil Testing and Laboratory Requirements. Selected soil samples will sent to a Corps approved laboratory for soil testing as previously defined in paragraph 1 above. Lab testing will consist of approximately 180 grain size analysis, and 1 0 Atterberg limit tests. A table and report of laboratory soil test results will be provided within 60 days after completion of the field work. All soil test results will be reported using the Unified Soil Classification System (USCS). Copies of field l ogs and report quality boring logs will be included in the final report to be furnished to the ERDC under this contract. 4. Performance Measurements. Performance measurements are identified in Table 1. 5. Quality Control. The contractor shall utilize their own internal quality control processes to ensure services are performed in accordance with this scope of work. 6. Quality Assurance. The Government method of surveillance will be 100% inspection. Table 1. Service Delivery Summary PERFORMANCE OBJECTIVE SOW PARA. PERFORMANCE THRESHOLD . Complete drilling and soil sampling as described in the scope of work for 10 holes to the full depth of each hole. See 3a to 3e No critical and less than 1 major discrepancy  Critical Discrepancy: Failure to complete the drilling and sampling of 12 boreholes.  Major Discrepancy: Failure to complete drilling of 1 hole for less than the total depth of the borehole. This procurement may be quoted as follows: Line Item 0001 Supplies/Services: Geotechnical Borings & Soil Sampling for American Dam in accordance with scope of work, Quantity: 1 Unit: Lump Sum: Total amount for Line Item 0001 $____________. Delivery is not later than 15 December 2006. Award shall be made to the responsive and responsible offeror whose quote is determined to be the lowest price. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisiti on. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://w ww.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 28 November 2006 not later than 2:00 p.m. at the Vicksburg Consolidated Contracting Office, ATTN: Judy Anderson, 4155 Clay Street, Vicksburg, Missi ssippi 39183-3435, at (601)631-5273 or e-mail at Judy.A.Anderson@mvk02.usace.army.mil . For information concerning this solicitation, contact Judy Anderson at (601) 631-5273 or email at Judy.A.Anderson@mvk02.usace.army.mil . Offerors should check the FedTeds Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. T HIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS UNDER NAICS CODE 541380 (SIC 8734) WITH A SIZE STANDARD OF $11,000,000.00.
 
Record
SN01183308-W 20061119/061117221003 (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.