SOURCES SOUGHT
C -- Sources Sought A&E Materials Testing
- Notice Date
- 7/31/2015
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- BIA NAVAJO 00009301 WEST HILL ROOM 346Contracting OfficeGallupNM87301US
- ZIP Code
- 00000
- Solicitation Number
- A15PS01038A
- Response Due
- 8/4/2015
- Archive Date
- 9/3/2015
- Point of Contact
- Ella M. Dempsey
- E-Mail Address
-
Sources Sought A&E Materials Testing
(ella.dempsey@bia.gov)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Indian Affairs, Navajo Regional Office (NRO), Branch of Acquisition is conducting a market research and is issuing this announcement to seek potential sources who would be interested in A&E Materials Testing. This notice is to identify any businesses that fall into any the following available set aside categories, Native Owned (small or large) Small Business, Small Disadvantaged Business, Service Disabled Veteran, Veteran Owned (small or large), Woman Owned (small or large) This is not a solicitation announcement and is not to be construed as a commitment by the Government for any purpose other than market research. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. It is requested that only those that meet the definition of these categories submit responses to this notice. The contract scope of work consists of the following discipline of engineering services: Interested parties responding to this announcement must be American Associate of State Highway and Transportation Officials (AASHTO) Certified Laboratories only and cannot be an engineering firm who subs out the work to an AASHTO certified laboratory. The lab shall be in full compliance with the state licensing requirements and shall be currently permitted to practice the profession of materials & geotechnical engineering in the State of Corporation. (A) Pavement surfacing design, bridge foundation design/recommendations, embankment stabilization, and subgrade treatment design recommendations, and any and all other structural element foundation recommendations for a given highway and/or bridge project; (B) Testing of soils, aggregate base, Portland cement concrete, asphalt cement, asphaltic concrete, paint, sign reflectivity, asphalt oils, timber, structural steel, lime, and other products used in the highway industry. (C) Special geotechnical design plans and specifications for unique highway engineering problems. These special designs may include slope stability features, rock stability and/or blasting, unique retaining walls, subsurface drainage features, soil stabilization, and other unique geotechnical problem that may arise on a given transportation project. Services will include but not limited to: A. Preliminary Engineering Services (PE) which consists of subsurface exploration and foundation/structural pavement design; roadway sampling and testing; soils investigation and surfacing recommendation reporting; bridge and other structural element soils investigations, sampling and testing; bridge/major drainage structure soils investigation and foundation recommendation report; rock and soil stability analysis and design requirements; subgrade soils treatment recommendations using various soil additives; chipseal design recommendations of various types and grades; pavement oil treatments; concrete mix designs of various types; and B. Roadway/Bridge/Structural Element Construction Engineering Inspection and Testing (CE) which consists primarily of aggregate base course, asphaltic concrete pavement, sign and striping reflectivity, and Portland cement concrete testing but can include many other materials used in highway and bridge construction. Indian Economic Enterprise are defined, in part, as any business entity that is at least fifty one percent owned by one or more American Indian or Alaska Native individuals. The Buy Indian Act can be located at 25 U.S.C. 47. The North American Industry Classification (NAICS) code is 541380 and the small business size standard is $15.0. Interested parties are requested to provide their DUNS number for verification of inclusion in the System for Award Management (SAM). Any interest and qualified sources are request to provide a brief capabilities statement and letter of interest to Ella M. Dempsey vie email at ella.dempsey@bia.gov. To be considered in the research, please provide the information above no later then 10:00 A.M. local time on August 4, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS01038A/listing.html)
- Place of Performance
- Address: BIA, Navajo Region301 West Hill AveGallupNM87301US
- Zip Code: 87301
- Zip Code: 87301
- Record
- SN03819905-W 20150802/150731235646-f9dc9c7e5d981cb453bd11b3a1c1c5ad (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 |