COMMERCE BUSINESS DAILY ISSUE OF JULY 23, 2001 PSA #2898
SOLICITATIONS
C -- IDTC FOR GEOTECHNICAL/ENVIRONMENTAL SITE INVESTIGATIONS FOR VARIOUS SITES WITHIN THE NORTH ATLANTIC DIVISION
- Notice Date
- July 19, 2001
- Contracting Office
- Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
- ZIP Code
- 21201-1715
- Solicitation Number
- DACW31-01-R-0038
- Response Due
- August 23, 2001
- Point of Contact
- Jean Petty 410-962-2587 or Chris Evans 410-962-4431
- Description
- 1. Contract Information: This is not a request for proposal. Please do not request a solicitation package for this project, this is strictly for Architect-Engineering, submittal of SF254's and SF255's. Indefinite Delivery Type Contract (IDTC)for A-E services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, is required for various military, civil works, and hazardous, toxic, and radioactive waste (HTRW) project sites within the North Atlantic Division boundaries. The services are required for geotechnical and environmental site investigations and related engineering tasks. The contract will be negotiated and awarded for a base period, with two option periods extensions. The maximum award amount for this fixed price contract is $1,000,000 per year, with $1,000,000 maximum per delivery order. This proposed procurement is 100% set-aside for small business. NAICS 541330/SIC Code 8711, size standard $4,500,000.00. 2. PROJECT INFORMATION: The Architect-Engineer (A/E) firm shall perform geotechnical and environmental site investigations and related engineering services on project sites for the Baltimore District, U.S. Army Corps of Engineers. The A/E shall perform geotechnical and environmental site investigation work at specific military, civil works, and hazardous, toxic, and radioactive waste (HTRW) project sites within the geographic boundaries of the North Atlantic Division which includes the states of New York, New Jersey, Delaware, Pennsylvania, Maryland, District of Columbia, West Virginia and Virginia, and to a lesser extent the states of Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. 4. SELECTION CRITERION: The contract will be focused on the performance of the following types of work: 1. Preparation of Sampling and Analysis Plans, Quality Assurance Project Plans, and Site Specific Safety and Health Plans, 2. Soil and Rock Drilling and Sampling, 3. Pavement and Structure Drilling and Test Pit Excavation, 4. Piezometer and Well Construction, 5. Groundwater Monitoring and Sampling, 6. Aquifer Testing, 7. In-situ Geotechnical Testing and Instrumentation, 8. Environmental Sampling, Field Screening and Testing, 9. Direct Push Technology Probing and Sampling, 10. Off Shore Drilling and Vibrocoring, 11. Surface Geophysical Surveys (including seismic, gravity, magnetic, electrical, electromagnetic, and ground penetrating radar methods), 12. Downhole Geophysical Surveys (including SP, resistively, electrical, natural gamma, gamma-gamma, neutron, caliper, temperature, sonic, and borehole camera logging methods), 13. Ground Surveying in support of these tasks, 14. HTRW site specific services in support of these tasks (such as hazard monitoring, decontamination of personnel and equipment, and management of IDM), 15. Site Access, Clearance, and Restoration tasks, and 16. Submittal of Site Investigation Reports, Drill Logs, Well As-builts and Records, Samples and Sampling Records, Electronic Data Records, and Field Test Reports. Only firms and their primary consultants having experience and qualified personnel (to include 29 CFR 1910.120 training and medical surveillance) in geotechnical engineering, environmental engineering, industrial hygiene (CIH required), chemistry, geology, geophysics, hydrogeology, geotechnical and environmental drilling, and land surveying should apply. In addition, the selection criteria will include 1. Past experience and complexity of work in geotechnical and environmental site investigations, 2. Past performance on contracts with Government agencies and private sector in terms of quality control and meeting established schedules, and 3. Past safety record in performing geotechnical and environmental sites investigations. . In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, contact (1) CCR Web site at https://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: https://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. POC: For technical inquires: Mr. Christopher Evans (410) 962-4431 email: http//Christopher.L.Evans@nab02.usace.army.mil Contractual inquires: Jean Petty 410-962-2587 email: http://Jean.Petty@nab02.usace.army.mil This is not a request for proposal. Please do not request a solicitation package for this project, this is strictly for Architect-Engineering, submittal of SF254's and SF255's*****
- Record
- Loren Data Corp. 20010723/CSOL003.HTM (W-200 SN50S3F2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|