Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOURCES SOUGHT

R -- SOURCES SOUGHT W912HY-08-S-0011 - Indefinite Delivery Contract for Core Drilling, Soil Sampling and Laboratory Testing of Soil Samples.

Notice Date
3/25/2008
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY08S0011
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Traci Robicheaux, 4097666306
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers Galveston District has a requirement for the above subject. This is not a solicitation announcement and not a request for proposal and does not obligate the government to any contract award. The North American Indus try Classification System (NAICS) code for this action is 541380. The small business size standard is $11M. Teaming arrangements, joint ventures and mentor-prot?g?e arrangements must be in accordance with the Small Business Administration and approved pr ior to submission of proposals. The purpose of this Sources Sought is to determine interest and capability of potential 8(a) Small Business Concerns, Hub Zone Small Business Concerns, Small Disabled Veteran Owned Small Business Concerns, or all other Small Business Concerns to perform as prime contractors for this project. The Small Business Concern must perform 51% of the work with their own employees. The following requirements are highlighted from the Work Performance Statement: It is anticipated that s oil sampling and core drilling requirements under this contract will occur in marsh terrain or lands with excessive moisture requiring mash buggy mounted drill rigs at least 60 percent of the time. Firms deemed capable of performing the required work may b e inspected during the evaluation process. Core drilling and soil sampling equipment will be inspected for dependability, and sufficient size to efficiently perform the drilling and sampling. Laboratory equipment and apparatus shall be of approved types a nd shall be maintained in good repair and within the specified tolerances for laboratory equipment shown in the referenced ASTM. Laboratory testing will include a full range of soils tests including unconfined and triaxial compression and consolidation tes ting, all in accordance with ASTM D 2487, Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). All work will be submitted in a format approved by the Galveston District COE. The firm must demonstrate in its subm ission the specialized experience (within the past two years), the capacity, and the technical competence of the firm and its staff to meet the following: specialized experience and technical competence in core drilling and soil sampling in the following t ypes of terrains: Marsh terrain  includes marsh lands, swamps and dredged material placement areas, lands with excessive moisture and/or soft to very soft surface and subsurface conditions that may include partially to fully submerged areas with varying d epths of ponded or standing water. Hard surfaced dry land with varying types of terrain and steepness which may be covered by heavy vegetation or brush. Inland waterways and channels, lakes, bays, and other bodies of water, and waters in close proximity to deep draft navigation channels. Requires specialized and thoroughly competent core drillers and helpers experienced in core drilling and soil sampling in various terrains such as those listed above using various equipment types including those listed here : Professional engineer or geologist experienced in supervision of core drilling and soil sampling operations. Core Drilling Equipment-either hydraulic feed or chain pull down type. Mash and dry land-own or lease truck mounted and mash buggy mounted dr illing rigs including all supplies and support equipment capable of operating in the terrains mentioned above. Water-own or lease drilling equipment and floating plant that conform to U.S. Coast Guard Regulations and provide a working environment that will comply with EM 385-1-1, US Army Corps of Engineers Safety and Health Requirements. Lab must be a fully accredited soils laboratory capable of performing a full range of laboratory tests including unconfined and triaxial compression and consolidation testi ng. Prior to award of the contract, the Contractor must be able to pass laboratory inspection necessary to obtain a USACE certification, at the Governments ex pense. Firm must have experienced laboratory personnel thoroughly familiar with the laboratory equipment and testing procedures outlined in the Unified Soil Classification System (ASTM; Professional engineer or geologist experienced in supervision of soils laboratory testing and personnel. Firm must have sufficient capacity to supply a minimum of 2 fully staffed drilling crews with equipment for 2 separate locations simultaneously and the ability to initiate work within and indicated timeframe. Ability to p erform unique or specialized soil sampling for shallow water investigations at sites to be utilized for the beneficial placement of dredged materials. Such investigations should include pipe probing and surface sediment grab sampling. The intent of the wor k specified to be performed by the Contractor is to determine the type, nature and characteristics of the subsurface materials at existing and proposed project sites under investigation by the United States Government, principally the U.S. Army Engineer Di strict, Galveston, Corps of Engineers, Galveston, TX. The required work will normally be located within the boundaries of the Galveston District; however, work may occur outside these boundaries. Individual task orders will be issued under this contract detailing project locations, drilling and/or testing requirements etc. The Contractor shall provide all labor, equipment, and transportation of equipment and personnel to the sites. Work locations will include terrain of varying types, steepness and consi stencies ranging from hard-surfaced, dry land to soft, marsh lands, including swamps and dredged material placement areas, lands with excessive moisture or soft to very soft surface and subsurface conditions, and partially to fully submerged areas with var ying depths of ponded or standing water. Locations may include inland waterways and channels, portions of other bodies of water, and waters in close proximity to deep draft navigation channels, but not the waters offshore from the State of Texas. During the prosecution of the work, the Contractor shall provide a professional engineer or geologist for supervision and quality control to assure the accuracy, quality, completeness and progress of the work. Typical core drilling and soil sampling will consist of 3-inch continuous sampling using thin wall samplers in cohesive materials and Standard Penetration Tests of cohesion less materials. Core drilling equipment shall be either hydraulic feed or chain pull down type. Responses to this Sources Sought wi ll be used by the government to make an appropriate procurement decision. If you can meet all the requirements for this project please respond by fax to U.S. Army Corps of Engineers, ATTN: Traci Robicheaux, 409-766-3010. When responding reference W912HY- 08-S-0011. The following information is required (1) Name of firm with address, phone number, fax number, and point of contact, email. (2) Provide a copy of your Small Business Representations and Certifications. (3) State experience with references. Add itionally provide three specific references of your work of soil sampling and core drilling in marsh terrain or lands with excessive moisture requiring mash buggy mounted drill rigs. (4) State number of employees and their qualifications (5) Please indica te if your firm will submit a quote for this project if this requirement is set aside for 8(a) Small Business Concerns, Hub Zone Small Business Concerns, Small Disabled Veteran Owned Small Business Concerns, or any other Small Business Concerns. If you hav e any questions please submit your email request to traci.d.Robicheaux@usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01541123-W 20080327/080325225302 (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.