Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOURCES SOUGHT

B -- Quality Assurance Contractor to Sample and Test Concrete - Required Tests

Notice Date
11/1/2010
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-11-S-0305
 
Archive Date
11/27/2010
 
Point of Contact
Patricia Benson, Phone: 9165575208
 
E-Mail Address
patricia.benson@usace.army.mil
(patricia.benson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Required tests that contractor must be certified to perform THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. The intent of this notice is to identify potential offerors for the following upcoming requirement: Approximately 110,000 cubic yards of concrete are required in the JFP Control Structure construction at Folsom Dam, in Folsom, CA. This concrete will be supplied by an onsite batch plant and transferred to the placement site by belts, cranes, and buckets. The Government will prepare mix designs for all of the mass concrete as indicated on the drawings. Most will contain 3-inch nominal maximum size (NMS) coarse aggregate with 1-1/2 and 3/4 inch aggregate being used to accommodate rebar spacing in certain areas. Mass concrete placements will vary in size from approximately 350 to 2,400 cubic yards (based on the current placement plan); therefore, second and third shifts with around-the-clock sampling and testing will be necessary at times. The number of samples and the times at which samples will be taken will be as directed. The primary purpose of the Quality Assurance Contractor is to sample and test materials and report such findings to the Government. The Contractor is required to have a home lab that is accredited by AASHTO for compliance with ASTM E 329, ASTM C 1077, and ASTM D 3740. It shall also be validated by abbreviated audit by the Corp of Engineers, Engineer Research and Development Center(ERDC). In addition, the Contractor's home lab shall be located no more than a two hour drive from the project site. At a minimum, two qualified technicians will be present on site full time, at the JFP site in Folsom, California, with up to a total of eight technicians to handle peak production rates. All technicians and lab personnel shall be ACI Level I certified or an equivalent agency certification with at least two years experience. In addition, due to the location of the project site, all personnel will undergo a Security background check. A resume of each technician will be required which contains the technician's certification number and relevant experience. The Contractor is required to provide an onsite lab. The Contractor will be provided with a concrete slab floor building with windows and doors, electricity, air conditioning, heat and water on the jobsite. The Contractor must supply their own lab equipment, office furnishings, computer equipment, and so forth to perform the required tests. Some modifications to the structure should be anticipated in order to incorporate the Contractor's specific equipment. Once the onsite lab has been set up, it will be required to become ERDC validated. Sampling and testing of concrete shall be in conformance with the requirements indicated in Attachment 1. It should be noted that the majority of concrete for the planned work will include 3-inch NMS aggregates and, therefore, specimens will be prepared with both 6x12-inch and minimum 9x18-inch compressive strength specimen molds (provided by the Contractor). US Army Engineer District, Sacramento is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Businesses, Small Disadvantaged Businesses, and/or Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. The proposed contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities (except those provided by the Government as described above), transportation, incidental engineering, and other items necessary to provide sampling testing of concrete at the Folsom JFP, Control Structure, Folsom, California. The proposed contractor shall comply with all applicable licenses, certifications and permits required by Federal, State, and Local Regulations. Additional requirements will be provided in the solicitation forthcoming. The Government intends to award a Firm-Fixed Price type contract. The resultant contract will include a base period of twelve (12) months plus up to four (4) one-year option periods, to be exercised at the discretion of the Government. The total term of the contract, including all options, will not exceed 60 months. The Contractor may be required to continue performance for an additional period up to six (6) months under the "Option to Extend Services" clause. In either case, the Government will not synopsize the options when exercised. The North American Industry Classification System (NAICS) Code for this solicitation is 541380 with a size standard of $12.0M. All Service-Disabled Veteran-Owned (SDVOSB) Small Businesses, certified HUBZone Small Businesses, certified 8(a) Businesses, Small Disadvantaged Businesses, and other Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this pre-synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business, Small Business set-aside or Service-Disabled Veteran-Owned Small Business set-aside is an acceptable strategy for this procurement. If full and open competition is ultimately pursued, responses to this pre-synopsis will be used to aid in establishing small business socio-economic goals. Any and all qualified firms are encouraged to respond. As a part of the notification, interested parties should send an email including the following: 1. Company Name 2. Address 3. DUNS number 4. CAGE code 5. Business classification e.g. small business, 8(a) business, HUBZONE business, SDB, SDVOSB, etc. 6. A statement that they are able to meet all of the technical requirements outlined in this notice and copies of AASHTO and USACE ERDC certifications. 7. Required sampling and testing of concrete will include, as a minimum the following tests of concrete: (see attachment). 8. A BRIEF narrative on three (3) previous current projects performed by your company within the last 5 years, which are similar to the referenced project. NO ADDITIONAL LITERATURE IS DESIRED AT THIS TIME! Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Responses to this Sources Sought Notice shall be emailed to the following address: patricia.benson@usace.army.mil. Responses must be received as soon as possible but not later than close of business 12 November 2010 at 5:00 PM. Questions regarding this Sources Sought Notice may be addressed to Patricia Benson via the above address. Telephonic submissions and questions will not be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-S-0305/listing.html)
 
Place of Performance
Address: Folsom, California, United States
 
Record
SN02319979-W 20101103/101101233910-c0a1a741d3decf3459efe05b72f8c87c (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.