Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2004 FBO #0839
SOLICITATION NOTICE

C -- A-E SERVICES FOR CORE DRILLING AND LABORATORY TESTING MAINLY WITHIN PUERTO RICO AND THE U.S. VIRGIN ISLANDS

Notice Date
3/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-04-R-0009
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Specialist Name and Phone No: Sara D. Pines, 904-232-2083 Technical POC: Luis Miranda, 904-232-3823 This solicitation is set-aside for small business firms only. Up to two contracts may be awarded from responses to this announcement. Each contract will be Indefinite Delivery, Indefinite Quantity contract for a period of one year from date of award, with options to extend for four additional years, not to exceed a total of five years. Work will be assigned by negotiated task orders. Maximum order limit is $1,750,000.00 for the life of the contract, including options. The primary purpose of these proposed contracts is to provide services within the geographic boundaries of Puerto Rico and the U.S. Virgin Islands. Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current task orders, current ca pacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Services will include geotechnical subsurface sampling via co ntinuous and/or standard SPT techniques, coring within rock units, field testing, laboratory analysis of recovered materials, site preparation, and establishing coordinate locations. The geographic extent of the assignments includes the commonwealth of Pue rto Rico and the U.S. Virgin Islands. A summary geotechnical report including an expert opinion and geotechnical recommendations will be required as part of each assignment. Factors for Evaluation in order of priority are: 1. SPECIALIZED EXPERIENCE AND TEC HNICAL COMPETENCE: Firm must clearly demonstrate specialized experience and expertise in the following field data collection procedures: core boring (split spoon and rock coring), wash probing, vibracoring, undisturbed sampling, test pits, recharge tests, percolation tests, pump tests, and monitoring well installations. Field conditions may include upland, swamp, and on water (both fresh water and marine water environments). Firm must clearly demonstrate specialized experience and expertise in the followi ng laboratory analyses: grain size distribution, carbonate content, Atterberg limits, moisture content, specific gravity, sedimentation rate, organic content, compaction tests (4 inch and 6 inch molds). Firm must also demonstrate experience related to site clearing, heavy equipment operation, establishing coordinate locations on land and in water, and obtaining rights of entry. 2. EQUIPMENT AVAILABLE TO THE FIRM: Firm must have all necessary drilling equipment, including but not limited to: drill rigs, floa ting plant for protected waters, site preparation equipment, and survey equipment. Firm must indicate equipment??????s physical location and whether the equipment is owned or leased. Firm will also be required to maintain Corps of Engineers validation of i ts laboratory testing facilities during the performance period of the basic contract and all task orders. Firm will be required to submit documentation confirming that it has obtained or is in the process of obtaining Corps of Engineers validation of its l aboratory testing facilities at time of contract award. No task orders will be issued until Corps of Engineers validation of laboratory testing facilities has been successfully completed. 3. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or t hrough association with qualified subcontractors, adequate staff with specialized experience, including but not limited to registered geologists, registered civil (soils) engineers, registered surveyors, soil technicians, data entry technicians, drillers, and equipment operators. A geologist or civil (soils) engineer, knowledgeable in the geology of Puerto Rico and the U.S. Virgin Islands, must observe all drilling operations and prepare detailed field logs to document sampling procedures. A registered surv eyor must validate all coordinate locat ions and elevations obtained by conventional land surveying methods. 4. PAST PERFORMANCE: Firm must demonstrate its past performance in the accomplishment of similar work. Firm must submit information for current relevant contracts and subcontracts inclu ding the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as: information that has a logical connection with the matter under consideration and application time span.). Pa st performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) and inf ormation available from other sources, will be utilized for prior performance evaluation. 5. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proc eed is issued. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 6. GEOGRAPHIC LOCATION OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Puerto Rico and the U.S. Virgin Islands with lower mobilization and demobiliz ation costs will be given preference provided there is an adequate number of qualified firms for consideration 7. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting eq uitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list o nly the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants and subcontractors should be indicated parenthetically, and their source clearly identified. In Block 7G of t he SF 255, indicate specific project experience for key team members and indicate the team member??????s role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-5 is st rongly recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 13 April 2004. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochu res or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the Central C ontractor Registration (CCR) before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR web site may be accessed at http://www.cc r.gov). All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. The NAIC code is 54 1360. The size standard is $4,000,000. Your attention is directed to FAR 52.219-14, Limitations on Subcontracting, which will be included in the contract set-aside for small business and which states in part: At least 50 percent of the cost of contract pe rformance incurred for personnel shall be expended for employees of the concern. Response to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U .S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 701 San Marco Boulevard, (The Prudential Building), Jacksonville, FL 32207-8175. This is not a request for proposal. Firms are encourage to post their name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint vent ures. However, copies of the listings of firms will not be provided. A printout of the listing of interested firms can only be obtained by accessing the announcement at our web page at www.saj.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Jacksonville 701 San Marco Blvd (The Prudential Building) Jacksonville FL
Zip Code: 32207-8175
Country: US
 
Record
SN00544059-W 20040314/040312215911 (fbodaily.com)
 
Source
FedBizOpps.gov 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.