Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2014 FBO #4593
SOURCES SOUGHT

C -- This is a Sources Sought for a National IDC for Geotechnical and Drilling Services

Notice Date
6/20/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-14-R-SS12
 
Response Due
7/7/2014
 
Archive Date
8/19/2014
 
Point of Contact
Samantha Stanley, 304-399-5705
 
E-Mail Address
USACE District, Huntington
(samantha.l.stanley@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach and NO AWARD will occur from this notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned. Work could occur anywhere within the Continental United States as assigned to or by the USACE Dam Safety Modification Mandatory Center of Expertise; Great Lakes and Ohio River Division Dam Safety Modification Production Center; and Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division, which includes the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. Contractor shall demonstrate through professional registration, firm and personnel resumes, executed examples, and supporting customer feedback documentation the ability to provide engineering support of the following Geotechnical activities: oHydraulic Rock Scour Evaluation oGeohydraulic Engineering expertise oRock Mechanics expertise oSoil Mechanics expertise oRock anchoring oSoils anchoring oExploratory drilling with up to six rigs onsite within seven days oAcoustic and Video downhole geophysics oGeophysical Surveys utilizing all potential methods oSeepage analysis oSubsurface Exploration oInspection of subsurface exploration oInstrumentation of dams both gravity and embanked oGeotechnical reports oStatic Stability Analyses oGeophysical studies oLiterature search oField mapping oSeismology studies oLiquefaction analysis oDynamic Stability Analysis oUse of gINT to prepare graphic logs oAbandoned mine lands investigations oHTRW exploratory drilling including certifications oDam safety training oRock testing oSoils testing Contractor staff and experts must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 quote mark Policy for a Common Identification Standard for Federal Employees and Contractors. quote mark Contractor's drillers must have a minimum of five years experience drilling in embankments utilizing the Contractor's equipment. The contractor must have a registered PE or PG drilling inspector/supervisor with five years experience inspecting drilling in embankments to meet ER 1110-1-1807 (2013 or newer) requirements; documentation of this must be provided for consideration. The submission is limited to 15 pages (30 front and back), to include: 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on a solicitation if issued. 3) Offeror's capability to perform a contract of this complexity and examples of comparable work performed within the past 10 years based on the above criteria. 4) Describe the professional qualifications of your firm. Provide the number and qualifications of registered professional personnel in the key disciplines noted above. 5) Describe your firms' capacity to perform up to approximately $5,000,000.00 in work of the required type in a one-year period and accomplish the anticipated work in an efficient and quality manner. 6) Verification of Small Business Administration (SBA) certification(s). All interested contractors should provide a response by close of business, July 7, 2014. Submit your response to Samantha L. Stanley via email at Samantha.L.Stanley@usace.army.mil, or via fax: (304) 399-5281. Electronic submission via email are preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-14-R-SS12/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN03401943-W 20140622/140620235437-3eb2af21cb4ef48ff263179d03173474 (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.