Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

47 -- INDEFINITE DELIVERY, INDEFINITE QUANTITY SOLICITATION FOR SUPPLY AND INSTALL OF HDPE PIPE LINERS FOR VARIOUS LOCATIONS WITHIN ARKANSAS, LOUISIANA AND MISSISSIPPI IN THE VICKSBURG DISTRICT FOR THE U.S. ARMY CORPS OF ENGINEERS

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-12-R-0007
 
Response Due
6/25/2012
 
Archive Date
8/24/2012
 
Point of Contact
Kisha M. Craig, 601-631-5084
 
E-Mail Address
USACE District, Vicksburg
(kisha.m.craig@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. 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; proposals are being requested and a written solicitation will not be issued. A bid schedule is posted with this solicitation. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement to rehabilitate numerous existing gravity drainage structures by slip lining the existing corrugated pipe with a high density polyethylene (HDPE) pipe. The price shall include all costs for furnishing, installing, grouting and providing all labor, materials and equipment necessary to rehabilitate the existing pipes including cleaning, dewatering, and completely grouting the annular space between the existing pipes and the HDPE pipe liners. The government intends to make an award including the entire scope of the work described for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract with a Base Year and Four (4) Follow on Option Years. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined by the Contracting Officer as advantageous to the Government. Solicitation No. W912EE-12-R-0007 is being issued as a Request For Proposals (RFP) that may result in a single or multiple award contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is being competed as a 100% Small Business Set-Aside. The NAICS Code for this procurement is 237110 (SIC 4720) with a size standard of $33.5 million for an Indefinite Delivery/Indefinite Quantity, Firm-Fixed Price contract. The Government intends to obligate itself to a minimum of $100,000.00 per contract or $20,000.00 per year for the entire term of the contract which includes option years, if exercised. Delivery Orders issued in any one contract period shall not exceed a cumulative total of $5,000,000.00 to include the base period and all exercised options. Specifications. The HDPE pipe liners, grout, and materials supplied under this contract shall be new. The HDPE pipe shall meet the requirements of ASSHTO M326. The pipe and fittings shall be fabricated from polyethylene (PE) resin compounds conforming to cell class PE345464C with a designation of PE 3408 and a minimum dimension ratio (DR) of 32.5 as specified in ASTM D 3350. See bid schedule for typical criteria of pipes to be lined. All dimensions shall be field verified by the contractor. The pipe manufacturer shall certify installation and have a representative onsite to ensure proper installation and grouting procedures. The pipe liners shall be solid wall construction, have a smooth interior and exterior surface with no corrugations, have mechanical end connectors, have a minimum section length of 10 feet but not to exceed 50 feet and be self supporting with the above conditions and designed for 'fully deteriorated pipe'. Overall, the hydraulic cross-section shall be maintained as large as possible. The liner shall have a minimum of the full flow capacity of the original pipe before rehabilitation. The pipe joints shall meet the requirements of ASTM D 3212 and shall be water-tight. The existing pipe shall be cleaned of dirt and debris and a mandrell pulled through the pipe prior to HDPE pipe installation. The pipe liners shall be installed in accordance with ASTM F 585. The space between the existing pipe and HDPE liner shall be grouted to seal the annular space. The grout shall be a cellular type grout with a density between 60 and 80 pounds per cubic foot with a minimum compressive strength of 300 psi at 28 days. Venting of the annular space will be necessary to assure uniform filling during the grouting operation. The pressure on the annular space during the grouting process shall be limited to prevent damage to the pipe liner. The gauged grout pressure shall not exceed that of the pipe manufacturer's recommendation or 5 psi, whichever is smaller regardless of the pressure, the contractor shall be responsible for any damage or distortion to the pipe liner due to grouting. Upon completion of the structural rehabilitation, the pipe shall be inspected in accordance with the above ASTM standards. A camera specifically designed for such purposes shall be used during this inspection. A color video recording shall be made and provided to the COR for acceptance. Delivery Location: The liners supplied under this contract shall be installed at various locations within Arkansas, Louisiana, and Mississippi within the Vicksburg District. Each delivery order will include a general scope of work including the location and delivery time. Preparatory Work: The contractor will coordinate the preparatory cleaning and dewatering work. Where necessary, the preparatory work will include the placement of temporary earthen cofferdams to prevent storm water from backing into the structure. The work will also include the removal of ponded water from the pipe outlet areas to allow installation of the liner. The contractor will be responsible for estimating grout quantities and measuring actual grout volumes pumped. These estimates and actual volumes shall be recorded and provided to the government representative. ORDERING: After the basic contract award, all work required during the contract period will be specified in the Firm Fixed Price Delivery Orders. A Government Request For Proposal (RFP) with a general scope of work and time periods which the work must be performed will be issued. Proposals submitted will be used as a basis for the negotiation of Delivery Orders. Other Direct or Significant Costs, when required and authorized by the Contracting Officer, will be negotiated separately for each individual Delivery Order. Other significant Cost items may include special equipment, supplies, labor cost, etc. A written notice to proceed will be issued by the Contracting Officer (CO) or the Contracting Officer Representative (COR) before any work under a particular Delivery Order can proceed. Submittals: The contractor shall submit information verifying that the product and installation will meet the requirements of this solicitation. If the following submittals are not received the bidder will be deemed non-responsive: 1.Submittal 1, Experience: Contractor to provide experience in installing HDPE pipe through a levee or dam. Must provide: a.Names and experience of personnel b.Dates and locations of previous installations c.Levee or Dam owner contact information from two previous jobs. 2.Submittal 2, Certification Letter: Contractor installing the HDPE liners must provide a certification letter from the manufacturer verifying the contractor's capability in properly installing the HDPE product. 3.Submittal 3, Materials: Contractor must provide documentation that the materials to be installed (HDPE and grout, etc) meet the technical specification. 4.Submittal 4, Installation Plan: Contractor must submit his installation plan/procedure and provide documentation it meets the specification and manufacturer's recommendation for installation. At a minimum, the installation plan must include: a.A drawing showing the plan view and the cross section of the grout tubes, existing pipe, and new pipe liner. b.Adequate information that the grout tubes will deliver a continuous placement of grout and completely fill the annular space between the existing pipe and the liner. c.The plan shall also include the grout mix design for each liner installation to meet the specifications. d.A means of measuring grout volumes for each liner installation. Evaluation Criteria. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Qualifications Past Performance Price Qualifications and past performance, when combined, are equal in importance when compared to price. The government will issue awards to the suppliers whose proposals are the lowest priced of those determined to meet the required qualifications. Required qualifications is defined as meeting the minimum requirements for reasonable competence and satisfactory past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The offeror shall be evaluated according to their adherence to the qualifications, past performance and price. Qualifications are defined as documented ability to perform the required work or work of similar scope and complexity, of satisfactory quality, and with timely delivery of services. Sufficient information/documentation must be provided for the Government to evaluate the offeror's qualifications. Failure to provide sufficient documentation may cause your offer to be determined not qualified and eliminated from consideration for award. Past performance must be submitted by providing documentation of at least two years of successfully installing HDPE pipe and grout process. Work must have been performed in a similar scope and complexity. The contact information must be sufficient to allow the Government the ability to verify satisfactory past performance on contracts of a similar nature, size, scope, and complexity; providing timely delivery and satisfactory quality. Failure to provide sufficient satisfactory past performance information may cause your offer to be excluded from consideration for award. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. A finding of not qualified in either area will cause the entire proposal to be determined unacceptable. THE FOLLOWING FARS CLAUSES APPLY TO THIS ACQUISITION: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and the following clauses cited within that clause: FAR 52.203-6 Restriction on Subcontractor Sales to the Government FAR 52.203-13 Contractor Code of Business Ethics and Conduct FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.216-2 Economic Price Adjustment-Standard Supplies FAR 52.216-18 Ordering FAR 52.216-19 Order Limitations FAR 52.216-22 Indefinite Quantity FAR 52.216-27 Single or Multiple Awards FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.252-2 Clauses Incorporated by Reference The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. THE FOLLOWING DFARS CLAUSES APPLY TO THIS ACQUISITION: DFARS 252.204-7004 Alt A, Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items DFARS 252.232-7010 Levies on Contract Payments. ORCA: Before a complete evaluation of proposals can be made offerors must provide "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online shall print and complete and include FAR Clause 52.212-3, Offeror Representations and Certifications with their proposal package. CCR: Central Contractor Registration (CCR) is necessary, if you are not registered in the CCR database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Proposals must be submitted via hardcopy or CD, providing that they are complete and provide all required information, and delivered or mailed by 23 June 2012 not later than 3:00 p.m. to U.S. Army Corps of Engineers, ATTN: Kisha Craig, 4155 East Clay Street, Vicksburg, MS 39183-3435. Contact number is 601-631-5084. All technical inquiries and questions related to W912EE-12-R-0007 are to be submitted via Bidder Inquiry in ProjNet only at http://www.projnet.org/projnet. DO NOT EMAIL ANY TECHNICAL INQUIRIES AND QUESTIONS TO THE CONTRACTING OFFICE, YOU MUST USE PROJNET. To submit and review bid inquiry items, bidders will need to be current registered user or self-register into the system. To self register, go to the web page, click on "BID" tab, then select Bidder Inquiry, select agency: USACE, enter Bidder Inquiry Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiries. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-12-R-0007 The Bidder Inquiry Key is: GJRT22-KTHY9A Offerors are required to submit questions at least five (5) days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet System; call 1-800-428-HELP. The call center operates weekdays from 0800 to 1700 hrs CST. NOTE: This is an all electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to FedBizOpps. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to the current information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-R-0007/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02757340-W 20120526/120524235500-2677457644e59badd3bd729e72e66f07 (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.