Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

C -- Unrestricted Indefinite Delivery, Indefinite Quantity Contract for Soil Borings, Soil Testing and Geotechnical Design Support Services Within the Limits of the New Orleans District

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0209
 
Response Due
9/6/2006
 
Archive Date
11/5/2006
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunity Announcement Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Soil Borings, Soil Testing and Geotechnical Design Support Services within the limits of the New Orleans District 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North Amer ican Industrial Classification System (NAICS) Code is 541330. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the require ment for submission of a subcontracting plan. The US Army Corps of Engineers FY 06 subcontracting goals are for specified percentages of the contractor's total planned subcontracting amount to be placed with the following: Small Business 51.2%; Small Disad vantages Business, 8.8%; Women-Owned Small Business, 7.3%; Service-Disabled Veteran-Owned Small Business, 1.5%; and HUB Zone Small Business, 3.1%. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contr actor Registration (CCR) via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ATTENTION: Effective January 1, 2005, all contractors who submit an offer/bid is required to regis ter in the Online Representations and Certifications Application (ORCA). See FAR clauses 52.204-7 and 52.204-8 for requirement information. The web site for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certific ations. An Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP),contract will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. Anticipated award date in or about Nov ember 2006. Contract ceiling will not exceed $100,000,000 or 3 years in duration whichever comes first. $800,000 is guaranteed for the original contract period and for option year one, and $200,000 for option year two. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The wages and benefits of service e mployees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined relative to the employees office location (not the location of the work). Work will be assigned by negotiated task orders. This announcement is ope n to all businesses regardless of size. If a large business is selected for this contract it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for work it plans to subcontract. The plan is not required with this submittal. T he primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the New Orleans District. Secondarily, this contract may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the New Orleans District. 2. PROJECT INFORMATION: Work will consist of: (a) Field assignments may include locating borings in the field and providing location information consisting of elevation, latitude and longitude, and station and offset; making soil borings and sealing bore holes; setting permanent bench marks as well as installing piezometers, slope inclinometers, wells, settlement plugs, and settlement plates. Conducting pile driving analysis, obtaining subsurface information by using cone penetrometer and performing nois e and vibration monitoring. Hand auger, soil probe, general type (3-inch x 42-inch thin wall Shelby tube), split spoon and 5-inch x 4.5-foot undisturbed fixed-piston type methods are to be used in the soil boring operations. Samples from the thin wall Sh elby tube and split spoon samplers must have a minimum diameter of 2-7/8 inches ID and 1-3/8 inches ID respectively. Some borings will require hard access (marsh, swamp or heavily forested areas) and work over water requiring special equipment. Samples mu st be delivered promptly to the testing lab, either Government or A-E, as specified by the task order. All sampling equipment including the sampling head device for 5-inch diameter sampling, 5  inch diameter sample tubes, and sample extruder for five (5) inch undisturbed borings will be furnished by the Contractor. Corps representative will inspect field operations to verify geotechnical investigations are being performed in accordance with Corps EM 1111-1-1804. (b) Testing laboratory and storage facili ty shall be established within 50 road miles of the New Orleans District once the contract has been awarded. Testing laboratory assignments may include classifying, determining water content and atterberg limits, performing unconfined compression tests, pe rforming (Q) and (R) triaxial compression shear tests; performing direct shear (S) tests, consolidation tests, mechanical grain size and hydrometer analysis; performing 15-blow and 25-blow compaction tests on selected samples; computing and compiling test results; furnishing boring and laboratory data in both text and CADD files fully compatible with the Intergraph/Bentley MicroStation CADD software (Version 8) and in the form of plotted boring logs. The A-E contractor will perform extruding of 5-inch undi sturbed samples under controlled lab environment. Laboratory soil testing shall be performed in accordance with Corps EM 1110-2-1906. Other ASTM tests may be assigned. (c) Design assignments may include selection of design parameters; stability analyses of levees, reinforced embankments, dikes and other earthen structures; stability analyses of slopes for revetments, channels and excavations; pile capacity curves; settlement analyses; cantilevered, anchored, and braced sheet pile analyses; bearing capacity determinations; retaining and flood walls analyses; seepage analyses; dewatering design, ground water study and operation and interpretation of data obtained from A-E provided pile driver analyzer. Design plates will be furnished as paper copies and as M icroStation compatible design files. (d) Geotechnical engineering services during construction; geotechnical engineer and technician will be stationed on site for consultation and material testing. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria (a) thru (g) are primary. Criteria (h) thru (j) are secondary and will be used only as tie-breakers among technically equal firms. (a) Specialized work experience and technical competence of the firm and its key personnel to perform the services listed above. (b) Capacity (personnel and equipment) to accomplish work in the required time. Provide the following minimum personnel to perform work: ten (10) 4-person drill crews; five (5) 2-person survey crews; capacity to produce 50 triaxial 3 point UU tests and 1 00 atterberg limits per day; twelve (12) Registered Professional Engineers specialized in Geotechnical Engineering practice; twelve (12) engineering/soils lab technicians; and four (4) CADD draftspersons. Demonstrate capacity to produce CADD drawings util izing CADD programs fully compatible with the Intergraph/Bentley MicroStation CADD software, Version 8. Provide the following minimum equipment to be utilized for the project: Ten (10) core drill rigs with off road access capability (undisturbed drill ri g Failing 1500 or equivalent), four (4) pile driving analyzers, fou r (4) soil probes, two (2) cone penetrometers, ten (10) vibration monitoring devices, five (5) noise monitoring devices, ten (10) triaxial test cells, twenty (20) consolidometers, two (2) direct-shear machines and two (2)direct-simple shear machines. Provi de adequate temperature controlled space for storage of undisturbed samples before testing. (c) Professional qualifications necessary for satisfactory performance of required services. Firm must have a Louisiana Department of Transportation and Development (DOTD) water well contractor license and the soil testing laboratory must / will need to b e validated by Corps of Engineers Material Testing Center, in accordance with ER 1110-1-261 (dated 28 Apr 1999) and ER 1110-1-8100 (dated 31 December 1997), at Vicksburg, MS. (d) Knowledge of geology and geographic area within the limits of the New Orleans District. (e) Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. (f) Safety plan outline and past performance (man-hours lost to accidents in the last 100,000 man-hours of work by firm). (g) Quality control plan outline. (h) Location of the design firm in the general geographical area of the anticipated projects and the New Orleans District Headquarters. (i) Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUB Zone small businesses, historically black colleges and unive rsities, and minority institutions on the proposed contract term as measured as a percentage of the estimated effort. (j) Volume of DoD A-E Contract Awards in the last 12 months with the objective of affecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms, which meet the requirements described in this announcement, are invited to submit 5 copies of SF 330 2004 (SF 330 replaced both SF 254 and SF 255 which are no l onger accepted) for the prime firm and all subcontractors and consultants to the address below not later than 4:30 p.m. on September 6,2006. In Block E of the SF 330, include an organizational chart, equipment requirements, the use of subcontractors or con sultants and describe the firm's design quality control plan, including coordination of subcontractors and consultants.Each offeror/consultant listed within Part I of the SF 330 must submit Part II of the form with this package. In the SF 330, Part I, Sect ion F, cite whether the experience is that of the prime (or joint venture) from an office other than that identified in Block 21. The evaluation factors listed must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Complete Safety Plan will be required after contract award. Safety performance data (person-hours lost) must be submitted including data for any subcontractors. A detailed Quality Co ntrol Plan must be received and approved by the Government prior to contract award. For Overnight or courier deliveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, ATTN: CEMVN-CT-W, Room 184, New Orleans, LA 70118 -1030. This is not a Request for Proposal. Refer to Solicitation No. _W912P8-06-R-0209.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01107118-W 20060806/060804222813 (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.