Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
MODIFICATION

B -- US Army Corps of Engineers Galveston District - Request for Proposal for Professional Services for geotechnical core drilling, soil sampling, and laboratory testing.

Notice Date
7/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-12-R-0016
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Traci Robicheaux, 4097666306
 
E-Mail Address
USACE District, Galveston
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
On or about 1 Aug 2012, this office will issue a Request for Proposal (RFP) for Core Drilling, Soil Sampling and Laboratory Testing of Soil Samples. Proposals are due on or about 31 Aug 2012. This solicitation is RESTRICTED TO SMALL BUSINESS PARTICIPATION. Project Description: The Galveston District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community to complete the following work: On or around 1 Aug 2012, the Galveston District Corps of Engineers will advertise a Request for Proposal for Professional Services for geotechnical core drilling, soil sampling, and laboratory testing. Services are to be used in support of engineering and planning studies; operations and maintenance of navigation areas; flood control and beach erosion programs; real estate matters; and other requests of the District, both civil and military. The North American Industry Classification System code (NAICS Code) is 541380. The small business size standard is $14M. Teaming arrangements, joint ventures and mentor-prot g e arrangements must be in accordance with the Small Business Administration and approved prior to submission of proposals. Small Business firms are reminded under FAR 52.219-14 Limitations on Subcontracting (Part C), that by submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a service contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. PROJECT INFORMATION: Using best value acquisition procedures and in accordance with FAR part 15, the intent of the Government is to award one Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity contract consisting of one base year and two (2) option years with a total maximum dollar limitation of approximately $3,000,000.00 including options. The Government reserves the right to exceed the stated maximum dollar limitation. The minimum guarantee will be $1,500.00. The minimum guarantee amount will be applicable to the base period only. To determine best value, the Government's proposal evaluations will consist of, but not be limited to, evaluation of the offerors technical and management capabilities as well as price. Potential offerors are reminded to pay particular attention to the Evaluation and Award Criteria set forth in Section L and Section M of the solicitation. Technical proposals will be evaluated for 1) Expertise and Past Experience; 2) Experience and Qualifications of Personnel; 3) Location of Firm and Ability to Meet Work Schedule; 4) Past Performance; and 5) Price proposals. The Government intends to award without discussions; however, the Government reserves the right to conduct discussions if deemed in its best interest. Work consists of core drilling, soil sampling, and laboratory testing. The intent of the work is to determine the type, nature, and characteristics of the subsurface materials at existing and proposed project sites under investigation by the United States Government, principally the U.S. Army Engineer District, Galveston, Corps of Engineers, Galveston, Texas. The required work will normally be located within the boundaries of the Galveston District; however, work may occur outside these boundaries. Individual task orders will be issued under this contract detailing project locations, drilling and/or testing requirements, etc. The Contractor shall provide all labor, equipment, and transportation of equipment and personnel to the sites. It is anticipated that core drilling and soil sampling will occur in marsh terrains or lands with excessive moisture, which require marsh buggy mounted drill rigs at least sixty (60) percent of the time. The Contractor must demonstrate in submission the specialized experience, the capacity, and the technical competence of the Contractor and staff to meet core drilling and soil sampling in terrain of varying types, steepness, and consistencies ranging from hard-surfaced, dry land to soft, marsh lands, including swamps and dredged material placement areas, lands with excessive moisture or soft to very soft surface and subsurface conditions, and partially to fully submerged areas with varying depths of ponded or standing water. Locations may include inland waterways and channels, lakes, bays, portions of other bodies of water, and waters in close proximity to deep draft navigation channels, including entrance channels offshore. The work requires core drilling equipment: hydraulic feed or chain pull-down. Typical soil sampling and core drilling will consist of 3-inch continuous sampling using thin-wall samplers in cohesive materials and Standard Penetration Tests of cohesion less materials. Marsh and dry land require owned or leased truck mounted and/or marsh buggy mounted drill rigs, including all supplies and support equipment capable of operating in the terrains mentioned above; the Contractor shall have the capability, specialized experience, equipment, and the technical competence to provide Electronic Cone Penetrometer Testing for land based investigations, done in accordance with the latest version of ASTM D 5778. Water areas require owned or leased drilling equipment and floating plants that conform to U.S. Coast Guard Regulations; ability to perform unique or specialized soil sampling for shallow water investigations at sites to be utilized for the beneficial placement of dredged materials (such investigations should include pipe probing and surface sediment grab sampling). In addition, the contractor shall have the capability, equipment, personnel, specialized experience, and technical competency, to provide horizontal and vertical survey coordinates of investigation locations. However, investigation locations in waterways and coastal water bodies will only require the horizontal survey coordinates; vertical elevations in water will be determined via tide levels compared to waters depths. The contractor shall also have the capability, equipment, and qualified personnel, to provide earthmoving operations, when requested by the Government for a particular task order, to facilitate access in heavily vegetated areas with no pathways, locations where test pits are requested by the Government, sites with uneven terrain whereby the other types of land based or marsh terrain equipment will not allow for successfully traversing, accessing, or navigating the investigation site to the specified boring locations, or other site specific reasons determined on a case by case basis by the Government. The earthmoving equipment capabilities shall include the following types of equipment: 1) small bulldozer with minimum net engine or flywheel power rating of 70 horsepower furnished with an angle type blade, power operated controls, and track configuration for optimal performance in site specific foundation conditions encountered; 2) large bulldozer with minimum net engine or flywheel power rating of 150 horsepower, furnished with an angle type blade, power operated controls, and track configuration for optimal performance in site specific foundation conditions encountered; 3) track-hoe with minimum net engine or flywheel power rating of 135 horsepower, with hydraulic system configuration capable of operating up to a 1.8 cubic yard bucket filled with soil, and track configuration for optimal performance in site specific foundation conditions encountered; 4) Matting configured to allow earthmoving and drilling equipment to pass over trenches, small to medium size ditches, small dips or depressions, soft areas, other challenging locations, or when being used as a base from which to operate the earthmoving equipment in soft areas. The work requires specialized and thoroughly competent core drillers and helpers experienced in core drilling and soil sampling in various terrains and with various equipment types, such as those listed above. The Contractor shall provide a professional engineer or professional geologist experienced in supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. In addition, the Contractor must have sufficient capacity to supply a minimum of two (2) fully staffed drilling crews with equipment for two (2) separate locations simultaneously and the ability to initiate work within an indicated timeframe. Prior to award of the contract, the Contractor must be able to pass laboratory inspection necessary to obtain a USACE certification, at Government expense. The Contractor deemed capable of performing the required work may be inspected during the evaluation process. Core drilling and soil sampling equipment will be inspected for dependability and sufficient size to efficiently perform the drilling and sampling. Laboratory equipment and apparatus shall be approved types and shall be maintained in good calibrated condition and within the specified tolerances for laboratory equipment shown in the referenced ASTM E 329 and ASTM D 3740. Laboratory testing will include a full range of soils tests including but not limited to unconfined compression, triaxial compression, direct shear consolidation and other testing, all in accordance with respective ASTM standards. In addition, the Contractor must have experienced laboratory personnel thoroughly familiar with the laboratory equipment and testing procedures outlined in the Unified Soil Classification System. The Contractor must provide a working environment that will comply with EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements. _______________________________________________________________________ Offerors: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database https://www.bpn.gov/ccr/default.aspx and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Federal Business Opportunities (www.fbo.gov) 1.Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2.By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions should be made to: Traci D. Robicheaux at (409) 766-6306 or traci.d.robicheaux@usace.army.mil. Telephone calls regarding Small Business matters should be made to: (409) 766-3006.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-12-R-0016/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN02813174-W 20120726/120724235624-58ab03b8d14d1586c90d8e560848bfd4 (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.