Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOURCES SOUGHT

C -- INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL AND GEO-ENVIRONMENTAL SERVICES

Notice Date
4/23/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0028
 
Response Due
5/24/2010
 
Archive Date
7/23/2010
 
Point of Contact
Ryan Annibali, 215-656-6295
 
E-Mail Address
USACE District, Philadelphia
(ryan.r.annibali@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: DISREGARD REGISTRATION INSTRUCTIONS NO SOLICITATION DOCUMENT WILL BE ISSUED. THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. SUBMISSION REQUIREMENTS BELOW. POC: Paul D. Bacani, (215) 656-6606. The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award a one-year Indefinite Delivery Contract for geotechnical and geo-environmental technical services with options for up to two additional periods. An option period shall not exceed one year. Although the maximum task order limit is $1,000,000 it is envisioned that most task orders will be less than $300,000.00. The cumulative total of all task orders for the base or any option period is not estimated to exceed $1,000,000. The cumulative total of all task orders for the base and option periods shall not exceed $3,000,000. Options may be awarded based on value used or time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: The selected firm will be used to supplement the Districts capability for providing geotechnical, geo-environmental and professional services for planning, design and services during construction in support of the military, work for others and civil work missions assigned to the District. The use of approved innovative field screening technologies and methodologies are strongly encouraged. Work outside the Districts civil works boundaries, which generally include the Delaware River basin, the coastlines of New Jersey and Delaware, and a portion of Maryland may be required. The work will include, but is not limited to the following items: A. Geotechnical Design, Investigations, Testing, and Analysis. These shall include, but are not limited to, the following items: (1) The design of embankments and cut slopes, retaining structures, pavements, shallow and deep foundations, slope protection, geosynthetics, soil stabilization and site drainage. Design work shall include the preparation of drawings using AutoCAD, cost estimates and technical specifications according to USACE formats (MCASES GOLD and SPECSINTACT). Reports shall be provided in both Microsoft Word and PDF formats and all scheduling shall be performed using Primavera software. The selected firm must be able to provide digital products on CD ROM. (2) Geotechnical Investigations shall include, but not be limited to, soil sampling, rock coring, vibrational coring, cone penetrometer testing, geo-probes, and geophysical investigations. Drillers or those involved in certain site investigations will be required to have the 29 CFR 1910.120 OSHA 40 hour basic heath and safety training, including medical monitoring and a current annual 8 hour refresher course. Supervisors and those tasked with health and safety responsibilities must have completed the 8 hour supervisors course. (3) Instrumentation installation shall include, but not be limited to, the installation, monitoring and analysis of piezometers, groundwater monitoring wells and inclinometers. This item shall include all essential items pertaining to monitoring wells and piezometer development. (4) All soil sampling and rock coring will be performed continuously unless otherwise noted within the project specific scope of work. Soil borings or rock coring may be conducted either on land or on water; vibrocoring shall be conducted solely on water. Record surveys meeting the Corps of Engineers standards for surveying and mapping of all land and water explorations will be required. Water work may be riverine, bay or in the ocean. The A/E shall be responsible for: logging of soil samples and/or rock cores; handling, labeling, chain of custody and storing soil samples, rock core and environmental samples; related coordination with other government, private and related groups in obtaining access, information, etc., performing any necessary air or environmental monitoring, and laying out the borings. (5) Soil testing shall include, but not be limited to visual and laboratory classification, gradation, moisture-density relations, permeability testing, direct shear testing, triaxial shear testing, unconfined compression testing, consolidation testing, laboratory field compaction testing and other physical and hydrological property testing. The collection and testing of Hazardous, Toxic and Radiological Waste (HTRW) contaminated samples may be required. It is not necessary for the soil or HTRW laboratories to be resident in-house. The designated geotechnical laboratory must be capable of being approved by the USACE Materials Testing Center prior to work on the contract. The analytical laboratory must possess and maintain current Environmental Laboratory Accreditation Program (ELAP) and comply with the DOD Quality Systems Manual Version 4 requirements. The approved laboratory must be capable of providing Electronic Data Deliverables (EDD) in an approved USACE software format, Automated Data Review (ADR), version 8.1 or later, A1 and A3 or Stage Electronic Deliverables (SEDD) 2A or 2B. All analytical data generated by the contractor shall be reviewed against the ADR project library (generated by the contractor and approved by the USACE). All reviewed data shall be uploaded to the Environmental Data Management System (EDMS), version 7 or later, for further data processing. Reviewed ADR EDDS and the EDMS data base shall be submitted to the USACE for review. All analytical summary tables shall be generated from EDMS. Laboratory electronic submittals of the complete data package shall be a FULLY searchable pdf format, not scanned document. Laboratories must have a secure web link that is linked to the LIMS so that project team members can view and sort preliminary and final data as needed against project action levels. The laboratories must have several EDD formats (ADR/SEDD/NJ Hazsite/custom EDDs/on demand for data processing via the laboratories secure web link B. Geo-Environmental Studies, Investigations and Related Work. These secondary efforts shall include the following: (1) Phase I Environmental/Preliminary Site Assessments; (2) Preparation of Remedial Investigations CERCLA/RCRA Facility Investigations. As a part of the above work the contractor will be required to complete geophysical investigations, groundwater investigations, soil, groundwater and surface water chemical sampling, testing and analysis, preparation of baseline risk assessments, preparation of conceptual site models and other related work. (3) Preparation of Feasibility/Corrective Hazardous, Toxic, and Radiological Waste (HTRW) Measures and Studies; (4) Ordnance and Explosive Waste (OEW) Site Assessments. The firm must have access to an unexploded ordnance specialist. The ordinance specialist must be a graduate of the U.S. Naval Explosive Ordnance Disposal (EOD) School in Indianhead, Maryland and have been awarded the master EOD Skill Badge; (5) Preparation of Health and Safety Plans, including a safety, health and emergency response plan (SHERP) approved by a certified industrial hygienist, not necessarily on staff. C. Miscellaneous Professional Services. This secondary work shall include but not limited to environmental impact statements, environmental inventories, baseline ecological evaluation (BEE) reports, historical and archaeological investigations and reports and peer review of USACE reports. If in-house capabilities in these areas are not available, an approved contractor may be utilized. All work shall comply with the jurisdictional regulations and laws to include the requirements for registrations, licenses and certifications. The A/E should have the capability of executing a minimum of two (2) task orders simultaneously. 3. SELECTION CRITERIA: The significant evaluation criteria which are the basis for selection, are listed in relative descending order of importance: (1) Specialized Geotechnical engineering experience in Geotechnical design and miscellaneous environmental services, as generally outlined in Section 2A above; (2) Specialized Geo-Environmental experience and technical competence in the type of work required, as generally outlined in Sections 2B and 2C above, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction and the use of recovered material and general experience in related types of work; (3) Professional qualifications of the available staff necessary to perform the services required; (4) Capacity of the firm to accomplish the work within the required timeframe; (5) Past performance, especially, on Department of Defense contracts; (6) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measures as a percentage of the estimated effort. (7) Location of the service providers office may also be taken into consideration in the final selection as a secondary selection criteria element provided a sufficient number of qualified A/E firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revised 6/04) for the prime firm and for each consultant to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Paul D. Bacani, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. All contractors are advised that registration in the Department of Defense (DOD) Central Contractor Registration (CCR) Database is required prior to the award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call the CCR Assistance Center at (888) 227-2423 or email dlis_support@dlis.dla.mil (available 24 hours, 7 days a week). As a part of this submittal, it is required that all responding firms clearly present billing amounts for all U.S. Army Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval, a quality control plan that will be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541330 with a size standard of $4,500,000.00. This is not a request for proposals. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0028/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02130930-W 20100425/100423235529-85130f1e2c1fa9dc08b3fab94545a5a5 (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.