Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827

US 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