Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

F -- Multiple Award IDIQ Contracts for Services for Geotechnical work and explorations in Hazardous, Toxic, or Radioactive Waste (HTRW) sites within South Pacific Division (SPD) Boundaries

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-R-0025
 
Response Due
5/22/2006
 
Archive Date
7/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This Procurement will be conducted under FSC Code: F015 SIC Code: 1382 NAICS Code: 541360. The size standard for this code is $4,000,000. All questions should be directed to the Contracting Specialist, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, e-mail Carolyn.E.Mallory@usace.army.mil. JOB DESCRIPTION: All contract work will provide for drilling services to obtain samples for traditional geotechnical work and explorations in hazardous, toxic, or radioactive waste (HWTR) sites. The sites are located within the South Pacific Division (SP D) boundaries. SPD boundaries include California Arizona, Nevada, Utah, New Mexico and parts of Oregon, Idaho, Wyoming, Colorado and Texas. Majority of the work will be performed in Northern and Central California. All services required under this contr act shall be described in a task order with an individual scope of work which may include, but not necessarily be limited to the following: soil drilling and sampling using hollow stem flight augers, solid stem flight augers, mud-rotary, air-rotary, and p ercussion drilling methods (such as ODEX, Down-hole Casing Advance Systems, or other percussion drilling systems). In addition, sonic drilling and sampling, rock core drilling and sampling (up to 6-inch-diameter) using wire-line or conventional, diamond-i mpregnated drill bits; soil sampling using standard penetrometers, and other split barrel samplers up to 3-inch-diameter (i.d.); undisturbed soil sampling using Shelby push tubes and Pitcher barrels with Pitcher tubes; test-pit excavations utilizing backho es and trackhoes; Cone Penetrometer testing (CPTs) and associated tests using the Cone Penetrometer; piezometer and inclinometer installations; hydraulic pressure testing (water pressure testing) associated with rock core drilling; observation well instal lation and development (includes pump tests and permeability tests); percolation tests; preparation of drill logs and trench or test-pit logs; as-built diagrams for observation well(s), piezometer(s), and inclinometer(s) installations, as well as percolati on tests, and all other pertinent records. Accessory equipment may be required, but is not limited to: crane, boom truck, forklift, water truck, barge (for drilling over water). Common work environment is on or near water features such as Dams and Levee s. TYPE OF AWARD: The Government intends to award up to two (2) Indefinite Delivery Indefinite Quantity (IDIQ) Fixed Price (FP) Contracts with a total combined and cumulative capacity not to exceed $5 Million over a possible five-year period (one-year base p eriod with four one-year options) and $1M per year. Individual task orders may be issued up to any amount not exceeding the capacity. Option year(s) will be exercised at the Governments discretion. This Request for Proposal (RFP) is a Small Business Set -Aside, and all responsible businesses may respond. The solicitation will be available for download on or about 21 Apr 2006. All responses to the RFP should be received within 30 days of the release of the solicitation. Receipt date and time will be pro vided in the solicitation document. A technical and price proposal will be required. Evaluation by the Government will result in selection of the firm(s) that present(s) the best value to the Government. Evaluation factors will be provided in the solici tation. ORDERING SOLICITATION: Hard paper copies of the solicitation and attachments will not be provided. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedTeDS. Access to the solicitation docume nts on the FedTeDS website will be via hyperlink. The hyperline will be inserted into the notices for this acquisition posted on both the Army Single Face to Industy (ASFI) website (https://acquisition.army.mil/asfi/) and on the FedBizOpps (FBO) website ( http://www.fbo.gov ) once the solicitation is issued. The hyperlink will not appear as a website address, but as text as follows: Available online via the FedTeDS (Federal Technical Data Solution) website. Viewing/downloading documents from FedTeDS will require prior registration in the Central Contractor Registration (http://www.ccr.gov ) database. If you are a first time FedTeDS user, you will also be required to register in FedTeDS (http://fedteds.gov) before accessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendo r/Contractor Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partnet Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered w ith FedTeDS, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on either FBO or ASFI, FedTeDS is not searchable by any other means. Please note that all firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FedTeDS and therefore must be CCR-registered, have a MPIN, and either a DUNS nu mber or CAGE code. For further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guice, and FedTeDS Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operatio ns Support Team (OST) at 886-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDS Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Online Re presentations and Certifications Application (ORCA) replaces most of the paper based Representations and Certifications (Reps and Certs) in Section K of solicitations with an Internet application. ORCA is an e-Government initiative that was designed by th e Integrated Acquisition Environment (IAE) to replace the paper based Representations and Certifications (Reps and Certs) process. Contractors are encouraged to register and create an online account at https://orca.bpn.gov/login.aspx . All small business responsible sources may submit an offer which shall be considered by the agency. Note#1 The proposed contract is 100% set aside for small business concerns.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01022352-W 20060408/060406221142 (fbodaily.com)
 
Source
FedBizOpps 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.