Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

H -- Cone penetrometer testing for A V Watkins Dam - Ogden, UT.

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R10PS80257
 
Response Due
4/30/2010
 
Archive Date
4/13/2011
 
Point of Contact
Al Phillips Contract Specialist 3034452449 aphillips@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATIONCone Penetrometer Testing (CPT) Service for Arthur V Watkins Dam-Ogden, Utah. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, R10PS80257 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 238910; Small business size standard is $14 Million. (v) This combined synopsis/solicitation is for the following commercial services: Piezocone penetration testing at A V Watkins Dam which is located 10 miles north and slightly west of Ogden, UT. (vi) Description of requirements for the services to be acquired: The scope of work is 3 deep CPT's @ 300 feet deep (900 linear feet total) with down hole seismic testing, 7 crest CPT's @ 110 feet deep (770 linear feet total) one with down hole seismic testing-7 @ 35 feet deep for re-entry grouting (245 linear feet total), 11 toe CPT's @ 70 feet deep (770 linear feet total) with three for down hole seismic testing. A copy of the Statement of Work is available by request. Contact POC listed in paragraph xvi. (vii) This work should start around May 17, 2010. The work to be performed is located in section (v). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the best value offeror conforming to the terms and requirements of the solicitation. 1) Technical Capability - The offeror's proposal will be evaluated to the extent the technical capability demonstrates experience and proficiency in (1) electronic cone penetration test mobilization and de-mobilization, (2) electronic cone penetration test sounding, (3) pore pressure dissipation test, and (4) grouting electronic cone penetration test holes. This factor is less important when compared to past performance. 2) Past Performance - Past performance evaluation will focus on the quality of previous work produced by the offeror. Key considerations include: (1) experience relevant to cone penetration testing to evaluate embankment and foundation engineering properties (2) soil conditions for safety evaluations to include: seepage and piping, static stability and earthquake liquefaction stability. This factor will be the most important factor when compared to technical capability. 3) Price- Technical capability and past performances, when combined, are significantly more important when compared to price. The relative order of all evaluation factors is (1) Past Performance, (2) Technical Capability, (3) Price. Technical capability and past performance, when combined, is significantly more important than price. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b (8), b (19), b (20), b (21), b (22), b (23), b (38). (xiii) The provision at Department of Interior 1452.215-71- Use and Disclosure of Proposal Information applies to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Proposals are required to be received no later than 12:00 pm Mountain Standard Time, Friday April 30, 2010, and must include the following: Company name, address phone numbers, DUNS number, Tax ID number, proposals shall be delivered via email to aphillips@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Al Phillips at 303-445-2449 or email aphillips@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22d158087ad21b174e2dcdc6da99a6ef)
 
Place of Performance
Address: A V Watkins Dam near Ogden, Utah located about 10 miles north and slightly west of Ogden, Utah.
Zip Code: 84606
 
Record
SN02119915-W 20100415/100413234524-22d158087ad21b174e2dcdc6da99a6ef (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.