Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
SOLICITATION NOTICE

H -- Engineering & Design Laboratory Soils Testing

Notice Date
7/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-14-A-0032
 
Response Due
8/20/2014
 
Archive Date
9/29/2014
 
Point of Contact
Gloria Gonzales, 817-886-1082
 
E-Mail Address
USACE District, Fort Worth
(gloria.gonzales@usace.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. PART: U.S.GOVERNMENT PROCUREMENT SUBPART: SERVICES CLASSCOD: OFFADD: U.S. Army Corps of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Forth Worth, TX 76102-0300 SUBJECT: Engineering and Design Laboratory Soils Testing, Fort Worth, Texas SOL W9126G-14-A-0032 DUE: (20 days from publish date) POC: Gloria Gonzales, Contract Specialist (817-886-1082) This is a combined synopsis/solicitation for Locksmith Services intended for performance within NAICS 541380, prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with the additional information included in this notice. This announcement is to solicit interest for the establishment of a BPA and will be the only solicitation/synopsis to be issued for this service. Responses are requested and additional solicitations or synopses will not be issued. In support of the Small Business Association and DoD Congressionally mandated small business goals, this is a Small Business set aside announcement. It is the intention of the Government to award a minimum of three (3) Blanket Purchase Agreements (BPAs) to those firms who demonstrate they are capable of providing services as identified by the requirements in this document, but the Government reserves the right to make a single award from this solicitation/synopsis. The Government reserves the right to make an award on initial responses received. The Government reserves the right to enter into discussions if necessary. The BPA duration will be for a one-year base period and may be extended in one-year increments not to exceed a total of three-years for the BPA. The establishment of the BPA does not imply any agreement on the part of the Government to place future calls, orders or contracts with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered. Interested firms must identify their interest and capability to perform to the requirements set forth in this solicitation/synopsis to be considered for award of the solicited BPAs. The awarded BPA will be an agreement capable of fulfilling the requirements of performance for Laboratory Soils Testing as stated in the Performance Work Statement (PWS) and through-out the complete period of performance as established by the specific award. No calls will exceed the amount of $25,000. The aggregate amount of the BPA will be approximately $200,000 per year with a total maximum of $600,000 for the total three-year duration of all options. ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Single-Step Solicitation Process. The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government and the development of a Best Value Decision. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. Responses to this announcement must include your: (1) past performance information for a minimum of three relevant similar projects to include contact names, addresses, phone numbers, contract numbers as well as a description of the supplies/services provided. (2) published pricelist and or labor rates, and (3) short narrative explaining your ability to perform work. The proposal should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The proposal should be practical, legible, clear, and coherent. The Contracting Officer will award a BPA to those responsible Offeror whose submittals conforms to the solicitation/synopsis and offers the best overall value to the Government, considering all factors described herein. The Government will not award a BPA to an Offeror whose submittal does not adhere to submission requirements. BLANKET PURCHASE AGREEMENT (BPA) Performance Work Statement for Engineering & Design Laboratory Soils Testing Section 1. Contract Description 1.1 Contract Description. This contract is for engineering and design laboratory soils testing for the U.S. Army Corps of Engineers, Fort Worth District, Engineering and Construction Division, Geotechnical Branch (CESWF-EC-G). 1.2 Contract Background. The Geotechnical Branch routinely performs geotechnical surface and subsurface field investigations to collect soil and rock (primary) samples from various military and civil sites. The sampling and analytical work will primarily be in conjunction with investigations for military foundation reports. 1.3 Contract Objectives. The objective of this contract is to obtain an engineering materials testing facility to provide geotechnical and construction materials testing for a variety of project types. Testing shall provide technically valid and legally defensible soils and rock data that will meet or exceed the requirements of EM 1110-2-1906, Engineering and Design Laboratory Soils Testing, dated 30 Nov 70 with Change 1 dated 1 May 80 and Change 2 dated 20 August 1986 as well as current specified American Standard Testing Methods (ASTMs). Revisions to the EM shall be forwarded to the contractor as the U.S. Army Corps of Engineers (USACE) approves them. A copy of this EM regulation may be obtained on the Internet http://140.194.76.129/publications/eng-manuals/em1110-2-1906/entire.pdf. 1.4 Contract Testing Requirements and Estimated Quantities. The Contract Laboratory shall be capable of performing a wide range of soils and rock testing. The primary tests and their designated testing methods required under this contract are given in the attached Table 1, Standard Test Methods. The Contract laboratory shall be required to furnish all labor, instrumentation, equipment, tools, and supplies required to perform the testing. Subcontracted out testing shall be permitted only with the written approval of the Geotechnical Contracting Officer's Representative (COR). In no case shall sub-contracted work exceed 35% of the total contract dollars actually expended. Section 2: Contract Organization & Responsibilities 2.1 Government Team Organization 2.1.1 The Contracting Officer (KO) will be responsible for the overall contract. This individual or his/her designee will provide selected review of all activities and procedures and provide senior technical oversight throughout the duration of this contract. 2.1.2 The Geotechnical Branch COR will be the main contact for the Contract Laboratory. This individual, or his /her designee, will be responsible for the daily management and execution of this contract. 2.1.3 The COR will be responsible for quality assurance auditing and monitoring. This individual will have access to all work and will identify potential quality problems; initiate, investigate, recommend, or provide solutions to quality problems through designated channels; verify implementation of solutions; and ensure that further processing or action is controlled until proper disposition of unsatisfactory conditions has occurred. As part of quality assurance, split samples may be obtained on a random basis and tested by another laboratory. 2.2 Organization, Responsibilities, and Qualifications of the Contract Laboratory 2.2.1 The Contract Laboratory will perform the testing for this contract. The Contract Laboratory must have an organization with well-defined responsibilities for each individual in the management system to ensure that sufficient resources are available for this contract and to maintain a successful operation. The adequacy of the facilities and equipment is as important as the technical staff to accomplish the required work as specified in this contract. 2.2.2 Contract Laboratory management shall be responsible for actively supporting the implementation of the laboratory's Quality Management Manual within the laboratory, maintaining accurate standard operating procedures (SOPs) and enforcing their use in the laboratory, maintaining a work environment that emphasizes the importance of data quality, and providing appropriate management support. Laboratory management shall also designate the primary contract for the receipt of delivery orders for this contract. 2.2.3 The Contract Laboratory shall be physically located within a 40-mile radius of the Federal Center, 501 W. Felix, Fort Worth, Texas 76115. Fort Worth District personnel shall deliver samples to the Contract Laboratory. 2.2.4 The Contract Laboratory shall begin testing after receipt of written or verbal requests for testing from the COR(s) and with samples on-hand. A final, signed and licensed professional engineer stamped report of testing results is required to be delivered to the COR by the date agreed upon by the COR and Contracting laboratory prior to sample delivery. The Contract Laboratory shall retain Fort Worth District owned project samples for a period of at least one year unless specifically requested otherwise. Contract Laboratory personnel shall semi-annually furnish Fort Worth District Civil COR and Military COR a client-owner fact sheet listing all District owned samples being held by the laboratory. Fort Worth District COR will notify Contract Laboratory in writing when project samples may be destroyed. 2.2.5 The submitted Final Testing Report shall be a hardcopy original, submitted in duplicate, and an electronic copy in Excel format. The Final Testing Report shall contain, as a minimum, the following: Cover with Project Name Submittal letter with licensed professional engineer's stamp and signature. Summary tables of individual test results and testing methods used. Summary graphical representation of index soil testing. Graphical representation of all strength, consolidation, swell, expansion, CBR, and laboratory compaction tests. Presentations required by individual testing methods designated, and as presented in EM 1110-2-1906. 2.2.6 The Contract Laboratory shall be compliant with ASTM E 548. Fort Worth District personnel will inspect the Contract Laboratory for compliance with ASTM E 548 after award of the contract. The Contract Laboratory shall have a minimum of two licensed professional engineers who will take responsibility for the testing and results presented under this contract. Lead testing technicians, performing work under this contract, shall have current NICET certification or equivalent. Table 1 Standard Test Methods Standard Test MethodsDesignation Description and Identification of Soils (Visual-Manual Procedure) ASTM-D-2488-93 Wet Preparation of Soil Samples for Particle-Size Analysis and Determination of Soil Constants ASTM-D-2217-85 Reapproved 1993 Laboratory Determination of Water (Moisture) Content of Soil & Rock ASTM-D-2216-92 Unit Weights, Void Ratio, Porosity, and Degree of Saturation (COE) EM 1110-2-1906, Appendix II, Par 4.. Displacement Method Particle-Size Analysis of Soil (Sieve and Hydrometer) ASTM-D 422-63 Reapproved 1990 Amount of Material Finer Than the No. 200 (75-um) Sieve No. 200 and No.4 Sieve ASTM-D-1140-92 Liquid Limit, Plastic Limit, and Plasticity Index of Soils Method A -Multi-Point Test Method B -One-Point Test ASTM-D-4318-95 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft ) ASTM-D-698-91 Laboratory Compaction Characteristics of Soil Using Standard Effort (56,000 ft-lb/ft ) ASTM-D-1557-91 California Bearing Ratio (CBR) of Laboratory-Compacted Soils (Need to specify the range of water contents and the dry unit weight for which the CBR is desired) ASTM-D-1883-94 Mil-Std-621A, Methods 100 and 101 Unconfined Compressive Strength of Cohesive Soil ASTM-D-2166-91 Unconsolidated, Undrained Compressive Strength of Cohesive Soils in Triaxial Compression (one specimen confined to a specified overburden pressure) ASTM-D-2850-95 Triaxial Compressive Strength of Undrained Rock Core Specimens Without Pore Pressure Measurements ASTM-D-2664-86 Reapproved 1995 One-Dimensional Consolidation Properties of Soils ASTM-D-2435-90 One-Dimensional Swell or Settlement Potential Cohesive Soils ASTM-D-4546-90 Control Expansion One-Dimensional Consolidation Properties of Soils ASTM D-2435-90 And ASTM D-4546-90 Method C Triaxial Compressive Strength Unconsolidated, undrained quote mark Q quote mark with backpressure saturation as required. One to three specimens as directed. (COE) EM 1110-2-1906, Appendix II, Triaxial Compression Test Direct Shear Strength (COE) EM 1110-2-1906, Appendix IX, Drained (S)Direct Shear Test Permeability by Constant HeadASTM-D-2434-68 (06) Consolidated- Undrained Triaxial CompressionASTM-D-4767-04 Preparation of Samples THE FOLLOWING TERMS AND PROVISIONS OF THE BLANKET PURCHASE AGREEMENT ARE IN ACCORDANCE WITH FAR 13.203-1 AND DOD FAR SUPPLEMENT 213.203.2. 1. Extent of obligation. The government is obligated only to the extent of authorized calls actually placed against this Blanket Purchase Agreement. 2. PRICING. The prices to the government shall be as low or lower than those charged the supplier's most favored customer, in addition to any discounts for prompt payment. 3. CALL LIMITATION. No individual call placed under this agreement shall exceed $25,000.00. 4. DELIVERY TICKETS. All shipments under this agreement shall be accompanied by one copy of the delivery ticket or sales lip which shall contain the following minimum information: A. Name of Supplier B. Blanket Purchase Agreement Number C. Date of Call D. Call Number E. Itemized list of supplies or services furnished F. Quality Unit Price, and Extension of each item less applicable discounts (Unit Prices and Extension need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information.) G. Date of Delivery or shipment H. Name of person placing call 5. INVOICES. The following method of invoicing may be used to effect monthly payment: A summary invoice shall be submitted at least monthly or upon expiration of the Blanket Purchase Agreement, whichever occurs first, for all deliveries made during the billing period, the 24th day of the preceding month through the 23rd day of the current month, identifying the delivery tickets covered therein stating their total dollar value, and supported by receipted copies of the delivery tickets. The period of any discounts will commence on the final date of billing period or on the date of receipt of invoices for all deliveries accepted during the billing period whichever is later. 6. The aggregate amount of the BPA will be approximately $200,000 per year with a total maximum of $600,000 for the total three-year duration of all options. ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. 7. Individuals authorized to place calls and dollar limitations. The Contracting Officer will provide a list of authorized callers. See authorization letter 8. DESCRIPTION: Furnish all labor and equipment to provide engineering and design laboratory soil testing for the U.S. Army Corps of Engineers, Fort Worth District, Engineering and Construction Division, Geotechnical Branch in accordance with the attached Work Statement and Service Determination, if and when requested by the Government for the base period of 1 October 2014 through 30 September 2017. Base Period: 01 October 2014 to 30 September 2017 This Blanket Purchase Agreement replaces: W9126G-09-A-0009 Point of Contact: Mr. Ken McCleskey (817) 886-1700 BPA MASTER DOLLAR LIMIT $600,000.00 BPA CALL LIMIT $25,000.00 PERIOD OF PERFORMANCE 01 October 2014 TO 30 September 2017 9. Contractor Management Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 10. AT/OPSEC Requirements: The following are AT/OPSEC-Anti-Terrorism/Operations Security -requirements for this requirement. 1. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. 2. Pre-screen candidates using E-Verify Program. Proposed language: The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. quote mark *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. Location: Civil and Military sites though out Fort Worth District
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-14-A-0032/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN03444599-W 20140802/140731235231-585db0eaea55f3887f24d52ffcfae2e4 (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.