Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2015 FBO #4948
SOURCES SOUGHT

B -- Field Lab Support for Addicks & Barker, Addicks and Barker Dams New Outlet Structures and Cutoff Walls in Harris and Fort Bend Counties, Houston, Texas

Notice Date
6/9/2015
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-15-S-0023
 
Response Due
6/19/2015
 
Archive Date
8/8/2015
 
Point of Contact
Lucille Smith, 409 766-3845
 
E-Mail Address
USACE District, Fort Worth
(lucille.r.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORAMTION. The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, Woman Owned Small Business and Hubzone firms. All interested Labs must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. The North American Industry Classification System (NAICS) Code 541380; Size Standard $15 million. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government. The order of magnitude for this effort is estimated between $500,000 to $1,000,000. Project Information: The U.S. Army Corps of Engineers - Galveston has been tasked to solicit for and award a service contract with a U.S. Army Corps of Engineers, Material Testing Center (MTC) Engineer Research & Development Center (ERDC) validated Laboratory for construction phase testing services in support of the Addicks and Barker Dam Safety Modifications Project at Addicks and Barker Dams in Houston, Texas. Services will primarily include, but are not necessarily limited to; soils, concrete and steel testing and engineering analysis of materials to ensure contractor's compliance with the construction contract requirements. The Lab shall be required to setup and staff the on-site laboratory facility and shall obtain all necessary local, state and/or federal permits and permissions for operation of the facility. The setup and certification of the Lab by ERDC shall be completed within 30 days after contract award. The facility shall be fully equipped to perform the required tests. The laboratory building shall be constructed and furnished by the Lab and shall include installation of all utility necessary for the operation of the facility. The lab building will be of temporary construction and sited on government property. The structure shall be sized to allow sufficient room to provide space for the required testing equipment and all activities associated with performing the tests. The building will have sufficient work surface and file cabinet space to allow the Lab technicians to process and store testing documentation. The building will be climate controlled for employee comfort as well as to provide the proper environment for tests performed. Toilet facilities will also be provided within the structure. Also, all testing equipment and supplies necessary to perform the required tests shall be provided by the Lab. Additionally, the Lab shall supply laboratory work chairs and file cabinets. All testing equipment shall be installed, calibrated according to the appropriate ASTM standards. The Lab shall provide a minimum of one lead technician and other testing technicians required to set up and install the laboratory equipment including calibration. Technicians provided to conduct required tests shall have as a minimum the following certifications: ACI Level I Field Technician, ACI Level II Laboratory Technician, AWS, CWI Level II or III, and ACI Field Aggregate Testing Technician. They shall also demonstrate knowledge of soil, concrete and weld testing procedures. Validation of the on-site lab by the Corps of Engineers MTC, ERDC, will be a joint responsibility of the Government and the Lab. The Lab shall work with the Government Project Engineers and the Quality Assurance Representatives to secure full ERDC certification for the required tests. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Setup including installation and staffing of the on-site laboratory facility. 2. Validation of the on-site laboratory by MTC, ERDC. 3. Collecting of soil, rock, and concrete samples from construction sites and performing required geotechnical surface and subsurface and concrete testing. 4. The period of performance for the Base Contract will be for a period of twenty four (24) months from the date that Notice to Proceed is received and acknowledged by the Lab. This effort will also include three (3) option periods, which may be unilaterally exercised by the Government. Each option period shall not exceed twelve (12) months in duration, unless mutually agreed upon and a formal modification issued. Option periods will run consecutively, if exercised. All terms and conditions applicable to the base period shall extend to the options unless otherwise agreed upon. Prior Government contract work is not required for submitting a response under this sources sought synopsis. If you can meet all of the requirements for this project, please respond to this sources sought announcement by e-mail, to the attention of Lucille Smith, Office# (409) 766-3845, Email: lucille.r.smith@usace.army.mil. Responses must be received no later than 11:00 A.M. Central Standard Time, on June 19, 2015. Lab's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ). 2. Lab's name, addresses, point of contact, phone number, and e-mail address. 3. State if your company is a Small Business, SBA Certified 8(a) firm, HubZone Small Business, Woman Owned Small Business or Service Disabled Veteran-Owned Small Business. 4. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for Small Business, 8(a), Hubzone Small Business, Woman Owned Small Business or Service Disabled Veteran-Owned Small Business. 5. Lab's capability to perform testing services support of a mega project and comparable work performed in the past. The capability and past performance shall include brief description of the projects completed, customer name, timeliness of performance, and customer satisfaction. 6. Lab's Joint Venture information if applicable - existing Labs responses to this sources sought announcement, that do not include ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. For technical questions or additional information, please contact, Joshua Adekanbi at (409) 766-3174 or e-mail joshua.a.adekanbi@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-15-S-0023/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN03757774-W 20150611/150609234953-dc2fa3af83b78346c152ac78eb92eb52 (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.