SOLICITATION NOTICE
C -- Indefinite Delivery Contract for Dam Safety Evaluation and Inspection for Misc Projects within Tulsa District and Southwestern Division Boundaries.
- Notice Date
- 5/1/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-06-R-1005
- Response Due
- 5/31/2006
- Archive Date
- 7/30/2006
- Small Business Set-Aside
- N/A
- Description
- POC: Melinda Fair - 918-669-7135. 1. Contract Information: One or more Indefinite Delivery Contracts will be awarded for Dam Safety and Inspection for Projects Within the Southwestern Division Boundaries or Assigned to Southwestern Division or its Districts for Execution. This is not Req uest for a proposal and there is no bid package. This procurement is unrestricted. It is anticipated the contract award date will be awarded by July 2006. The total cumulative amount for this indefinite delivery contract will not exceed $750,000 for the first year period, with no one delivery order to exceed $250,000. The contracting officer may exercise an option to extend the contract for a second and a third 1 year periods with an additional cumulative amount not to exceed $750,000 each year and no one delivery order to exceed $250,000. Should the cumulative contract amount reach $750,000 prior to passage of 365 days, the option for the second year and an additional $750,000 of work and services may be exercised. After the first option has been exe rcised, should be cumulative contract amount reach $1,500,000 prior to passage of 730 days, the option for the third year and an additional $750,000 of work and services may be exercised. If a large business is selected for this contract, it must comply w ith FAR 52.219-9 regarding the requirement for a subcontracting plan on what part of the work it intends to subcontract. The plan is not required with the submittal. For your information, the subcontracting goals for Tulsa District are 52% for small busi ness, 10% for small disadvantaged business, 10% women-owned business, 3.5% HUBZone small business, 2% Veteran-Owned Small business, 2% Service-Disabled Veteran-Owned Small Business. The minimum award under this contract $2,500 for the base year of $1,000 in each option year. 2. Project Information: Projects may consist of the following: A. Cleaning and evaluation of relief well systems B. Cleaning and evaluation of piezometer systems C. Cleaning and evaluation of toe drain systems D. Water quality sampling E. Dam Safety Instrumentation surveys F. Performing formal 5-year inspection of Federal and Non-Federal dams G. Dam safety related studies, reports, O&M manuals and repair designs " Comprehensive cleaning and evaluation reports prepared by a professional engineer registered in the State of Oklahoma, Texas, or Kansas, with knowledge and experience in the maintenance and repair of toe drain, piezometer, and relief well systems on Fede ral dams. Relief well pump testing and cleaning equipment consisting of centrifugal and submersible pumps capable of pumping 1 to 200 GPM and 500-gallon clean water storage tank required. An assessment to determine the degree of deterioration in the tota l relief well, peizometer, or toe drain system and recommendations for repair required. " Water quality sampling equipment consisting of bailers and pumps required. Samples will be obtained, preserved, and transported to approve laboratory for specified testing. " Survey equipment is required for reading and recording vertical and horizontal movements on embankment dams, concrete lock walls, spillways, and powerhouses. A professional evaluation of the site based upon the data retrieved from the surveys is require d. " Perform formal field inspections on Federal and Non-Federal water control projects in accordance with the Federal Emergency Management Agency Circular (FEMA93), Federal Guidelines for Dam Safety. A formal inspection report detailing all findings, corr ective actions, and recommendations will be required. All Inspections and reports shall be accomplished under the direction of a professional engineer registered in the State of Oklahoma, Texas, or Kansas, and experienced in the investigation, design, con struction, and operation of the earth and concrete dams. The formal inspection report will consist of photographs detailing the overall condition o f the crest, upstream and downstream embankments slopes, roadways, guardrails, associated bridges, outlet works, lock walls, spillways, dikes and levees. " All data and reports will be submitted in format suitable for computer input, on compact disc (CD-R) along with specified hardcopies. 3. Technical Capability: Professional Engineer and /or Professional Geologist registered in the States of Oklahoma, Texas, or Kansas. Most of the work will be located in the State of Oklahoma, Texas or Kansas. 4. Selection Criteria: See Note 24 for general selection process. The selection criteria in descending order of importance are: a) Professional qualifications for satisfactory performance of the required service: b) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedule; c) Specialized experience and technical competence in the type of work required; d) Capacity to respond quickly, mobilize qualifie d personnel, and produce quality results under short deadline restraints; e) Volume of work previously awarded to the firm by DOD with the objective of effecting an equitable distribution of DOD contracts among qualified firms that have not had prior contr acts; f) Location of the firm with respect to the projects. 5. Submittal Requirements: See Note 24 for general submittal requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 330 to Melinda Fair, U. S. Army Corps of Engineers, Tulsa District, Contracting Division, 1645 South 101St East Avenue, Tulsa, OK 74128 no later than 3:00 p.m. on May 31, 2006. Faxed submittals will not be accepted. The SF 330 should specifically address the requirements of this announcement. Include in your submittal, a proposed organization chart for contract execution and a narrative description of how the organization will function. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office, and those tasks to be subcontracted and at what of fice. Specify the address of the key person that is assigned in Section C. Also, address your firms approach to Contract/Project Management and Quality Control in Section H of the SF 330. Firms failing to respond to these requirements may not be consi dered. No other notification is required. This is not a request for proposal. Personal visits to discuss this contract will not be scheduled. Questions should be addressed to Melinda Fair, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128. Solicitation/bid packages are not provided. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) System. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related info rmation for all Federal agencies. Interested Bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (http://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contr actors registered with FedTeDS may view and /or download this solicitation and all amdnedments from the Internet after solicitation issuance at the following Internet address: http//www.fedteds.gov/fedteds/start/nsf/frm.vendorlogin?openform&SolicitationNum ber=W912BV-06-R-1005
- Place of Performance
- Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Country: US
- Zip Code: 74128-4609
- Record
- SN01038520-W 20060503/060501220702 (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 |