SOLICITATION NOTICE
99 -- Geotechnical and Pavements Investigations
- Notice Date
- 6/2/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
- ZIP Code
- 80228
- Solicitation Number
- DTFH68-05-RFQ-00080
- Response Due
- 6/27/2005
- Archive Date
- 7/12/2005
- Small Business Set-Aside
- Total Small Business
- Description
- SCOPE OF WORK Project Name: CA PRA GOGA 210(1)/418(1) EAST ROAD CA PRA GOGA 108(1) FIELD ROAD CA PRA GOGA 109(1) CONZELMAN Project Location: Marin Headlands inside the Golden Gate National Recreation Area, Sausalito, California. This geotechnical and pavements investigation is along 11 roads of various lengths from a couple hundred yards to 4 miles. Total length of the investigation will be approximately 9 miles. Scope of Work: Part I. Every quarter of a mile, auger the pavement with a 6-8 inches diameter core bit. We anticipate 50 cores. Provide a truck-mounted drill capable of rapidly being mobilized after completion of each coring. The equipment should be able to complete 3 to 4 coring per hour under normal circumstances. FHWA personnel will conduct a Dynamic Cone Penetrometer (DCP) test at these dry core locations and sample the base course. The base course cannot be wet or disturbed except for a minor ring caused by the core bit. This work will be performed within the traveled way. Cold patch supplied by the driller will be used to backfill the core holes. Cold patch must be compacted with a flathead rod or other appropriate device. Part II. Drill approximately 17 borings (about every mile), 3 ft. ? 5 ft. deep along the roadway and parking areas of the 9-mile proposed projects. Again, all work will be performed within the traveled way. Provide a truck-mounted drill capable of rapidly being mobilized after completion of each boring. The equipment should be able to complete 3 borings per hour under normal circumstances. Provide 8 in ? 12 in. diameter solid or hollow stem augers or an equivalent capable of providing minimum 75 lbs of subgrade sample per boring. Boring shall be backfilled and compacted with remaining cuttings or native material, and plugged with asphalt cold patch supplied by the driller. To speed the process along, Part II will be combined with Part I. Part III. Core the pavement at 4 to 6 locations with at least a 15-inch cookie cutter type core. Asphalt pavement, base course, and subgrade soil will be sampled at these sites. Approximately 150 lbs of each material will be collected at each of these sites. Three or four 15-inch cores per location maybe necessary to obtain sufficient sample size. Cold patch supplied by the driller will be used to backfill the core holes. Cold patch must be compacted with appropriate equipment. Part IV. Advance approximately 15 geotechnical borings at various locations along the subject routes. All borings will be conducted from the roadway prism at proposed retaining wall, cut wall, and slope failure locations. Borings will be advanced with either hollow stem augers or casing advancer system through soil and into bedrock consisting of fractured greywacke and chert. Maximum boring depths are anticipated to be up to 50 feet, with a majority of borings being conducted to a termination depth of approximately 30 feet. Core drilling will be required to a minimum length of 10 feet in each boring. Standard penetration tests (SPT) will be taken at 5-foot intervals in soils. Proposed Equipment: Include a list, which specifies the equipment to be used for the above noted work (type of drill rig, SPT hammer, etc.) Required Time: This work should take approximately 7 to 10 working days to complete. Work to begin at 8:30 am, July 12, 2005. Meet FHWA personnel at the parking lot at the east portal of the Fort Barry Baker Tunnel, intersection of Bunker Road and Danes Drive. Other Notable Information: FHWA will provide personnel on-site to determine the locations and depths for each boring and log the borings and sample bags. The contractor shall provide asphalt cold patch for each boring cored location and method for compaction of soil and cold mix. Drill cuttings can be dispersed at the site. Water is available nearby. FHWA will obtain all required permits, provide utility locate, and provide traffic control. Information to be Included in Each Proposal: 1. Mobilization/Demobilization (Lump sum cost) 2. Drilling Costs. (Hourly rate, to include equipment, operator helper, support truck, water truck, and minor equipment and supplies required to perform drilling). 3. Stand-by (Hourly rate), if required. 4. Per Diem (Daily rate per person) 5. Estimate of miscellaneous materials to include, core boxes, asphalt patch, etc. 6. 5-gal buckets w/lids (approximately 20 to 32 buckets) suitable for shipping samples. These buckets will be used for samples from Part III. 7. Miscellaneous expenses. (Replacement auger bits, etc.) If there are no charges for a specific item please note. 8. Business Classification 9. Tax Identification Number 10. DUNS Number Hourly drilling rates begin at the project. There will be no payment for travel or per diem for travel. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation DTFH68-05-RFQ-00080 is advertised as a small business set aside and will be awarded as a firm fixed-price contract. The Government estimate is between $20,000.00 and $40,000.00. The NAICS Code is 541990, small business size standard is $6.0 million in average annual receipts. The following Federal Acquisition Regulation (FAR) Provisions and Clauses in effect through Federal Acquisition Circular FAC 2005-03, dated April, 2005, are applicable to this procurement: 52.212-1, Instructions To Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items including subparagraphs (b) (1), (7), (14), (15), (16), (17), (18), (19), (20), (25), (26), (31), and (c) (1), (2) and (3) which are applicable to commercial services. Any resultant contract shall be subject to the Service Contract Act which is incorporated into this contract. The offeror shall submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The award will be based on the lowest price. Submit two complete copies of your quotes to Ms. DD Daly, Federal Highway Administration, Central Federal Lands Highway Division, 12300 West Dakota Avenue, Suite 360, Lakewood, CO 80228. Proposals are due on June 27, 2005 at 2:00 PM, Mountain Time Zone. Quotes submitted by fax will not be accepted. Questions concerning this solicitation shall be in writing and may be sent by sent via fax to (720) 963-3360 or to Deirdre.Daly@fhwa.dot.gov. The Government shall not pay for any costs associated with the preparation of the proposal.
- Place of Performance
- Address: Project Location: Marin Headlands inside the Golden Gate National Recreation Area, Sausalito, California.
- Country: USA
- Country: USA
- Record
- SN00820774-W 20050604/050602234628 (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 |