|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- INDEFINITE QUANTITY TASK ORDER CONTRACT FOR SOIL BORINGS, SOIL
TESTING, AND GEOTECHNICAL DESIGN WITHIN THE LIMITS OF NEW ORLEANS
DISTRICT SOL DACW29-97-R-0039 POC Contract Specialist, Glenda Perez
(504) 862-1165 or Martha P. Sloan, Chief, Technical Services Branch,
(504) 862-1161 1. CONTRACT INFORMATION: A-E services are required for
an Indefinite Quantity Task Order Contract NTE $500,000 each for the
base period with two option periods NTE $500,000 (per period). Contract
is scheduled for award on or about November, 1997. The base period and
each option period shall not exceed one year each. Work assignments
will be via fixed price task orders. 2. PROJECT INFORMATION: Work will
consist of: (a) Field assignments locating borings in the field and
providing location information consisting of elevation, latitude and
longitude and station and offset; making and sampling soil borings and
sealing bore holes; as well as setting permanent bench marks and
installing piezometers, slope inclinometers, wells, settlement plugs
and settlement plates. Hand auger, wire-line (cable tool), splitspoon
and 5-inch undisturbed fixed-piston type methods are to be used in the
soil boring operations. Samples from the wire-line and splitspoon
samplers must have a min dia of 1-7/8 inches ID and 1-3/8 inches ID,
respectively. Some borings will require hard access (marsh, swamp or
heavily forested areas) and work over water, requiring special
equipment. Samples must be delivered promptly to the testing lab,
either Government or A-E, as specified by the COR. The sampling device,
sample tubes, and sample extruder for the 5-inch undisturbed borings
will be furnished by the Government. A COE representative will inspect
field operations. (b) Testing lab assignments may include classifying,
determining water content and Atterberg limits; performing unconfined
compression tests; performing (Q) and (R) triaxial compression shear
tests; performing direct shear (S) tests; consolidation tests;
mechanical grain size analysis; performing 15-below and/or 25-below
compaction tests on selected samples; computing and compiling test
results; furnishing boring and laboratory data in CADD programs fully
compatible with the Intergraph/Bently Microstation CADD software
(version 4.0 or later) and in the form of plotted boring logs.
Extruding of 5-inch undisturbed samples will be performed by the A-E
contractor. (c) Design assignments may include selection of design
parameters; stability analyses of levees, dikes and other earthen
structures; stability analyses of slopes for revetments, channels and
excavations; pile capacity curves; settlement analyses; canatilevered
sheetpile analyses; bearing capacity determinations; bulkhead-type
analyses for retaining structures; and operation and interpretation of
data obtained from A-E provided pile driver analyzer. Design plates
will be furnished as paper copies and as Microstation compatible data
files. 3. SELECTION CRITERIA: The selection criteria are listed below
in order of precedence (first by major criterion and then by each
subcriterion). Criteria (a)-(g) are Primary Factors. Criteria (h)-(j)
are Secondary Factors and will be used only as "tie-breakers" among
technically equal firms. (a) Specialized work experience and technical
competence of the firm and its key personnel to perform the services
listed above. (b) Capacity (personnel and equipment) to accomplish work
in the required time. Provide the following minimum personnel to
perform work: two 3-person drill crews; one 2-person survey crew; three
soils lab technicians; 4 geotechnical design engineers; one engineering
technician, and one CADD draftperson. Demonstrate capacity to produce
CADD drawings utilizing CADD programs fully compatible with the
Intergraph/Bently Microstation CADD software, Version 4.0 or later.
Provide the following minimum equipment to be utilized for the project:
two core drill rigs with off road access capability (one wireline type
drill rig and one undistrubed drill rig, Failing 1500 or eqivalent)
and one pile driving analyzer. (c) Knowledge of geographic area within
the limits of the New Orleans District. (d) Professional
qualifications necessary for satisfactory performance of required
services. Firm must have a Louisiana Department of Transportation and
Development (DOTD) water well contractor license. (e) Past performance
on contracts with Government agencies and private industry; (f) Safety
plan outline and past performance (manhours lost to accidents in the
last 100,000 manhours of work by firm); (g) Quality control plan
outline; (h) Location of the design firm in the general geographic area
of the project and to the New Orleans District Headquarters. (i) Extent
of participation (measured as a percentage of total contract) by Small
Business, Small Disadvantaged Business, Historically Black Colleges
and Universities, and Minority Institutions; (j) Volume of DOD work
within the last 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Firms which meet the requirements
described in this announcement are invited to submitt 5 copies of SF
254s and SF 255s (11/92 edition) for the prime contractor as well as
all subcontractors and consultants to the address below not later than
30 days after the date of this publication. Address the minimum
personnel and equipment requirements and eachof the Selection Criteria
in Block 10 of the SF 255. For criteria (f) and (g), comprehensive
outlines of safety and quality control plans will be satisfactory;
complete plans will be required after contract award. Safety
performance data (manhours lost in the last 100,000 hours worked) must
be submitted including data for any subcontractors. If the 30th day is
a Saturday, Sunday or a Federal holiday, the deadline is the close of
business of the next business day. Include the firm's ACASS number in
the SF 255, Block 3b. For ACASS information, call (503) 326-3459.
Overnight or courier type mail should be sent to the following address:
U.S. Army Corps of Engineers, New Orleans District, CELMN-CT-T, Attn:
Glenda Perez, Foot of Prytania Street, New Orleans, LA 70118-1030.
Solicitation packages are not provided. This is not a request for
proposal. Refer to Solicitation No. DACW29-97-R-0039. (0106) Loren Data Corp. http://www.ld.com (SYN# 0023 19970418\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|