SOLICITATION NOTICE
B -- Geotechnical and Environmental Drilling Services in Barrow, AK - Package #1
- Notice Date
- 6/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E5-15-R-0003
- Archive Date
- 7/10/2015
- Point of Contact
- Thomas F. Nowocin, Phone: 2173734478, Ashley M. Jenkins, Phone: 2173737297
- E-Mail Address
-
tom.f.nowocin@usace.army.mil, ashley.m.jenkins@usace.army.mil
(tom.f.nowocin@usace.army.mil, ashley.m.jenkins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - References Attachment 2 - Maps Attachment 1 - Wage Determination RFP This is a combined synopsis/solicitation for commercial items 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. This requirement is being solicited on an unrestricted basis. The solicitation number for this request for proposals (RFP) is W913E5-15-R-0003. The associated North American Industry Classification System (NAICS) code is 541360, which has a size standard of $15 Million. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL), has a requirement for geotechnical and environmental drilling services at the Navy Arctic Research Laboratory (NARL) Airstrip and Powerhouse Sites in Barrow, Alaska. Required services include: (1) Ultraviolet Optical Screening Tool (UVOST) probing to assess the extent of residual petroleum contamination at the NARL Airstrip and Powerhouse Sites; (2) Geotechnical exploration and sampling to assess subsurface conditions, groundwater conditions, and distribution of permafrost soils; (3) Installation of monitoring wells and thermistor casing; (4) Field reporting UVOST results to assist CRREL with additional geophysical exploration, as well as final UVOST results reporting after field work is complete. The Contractor shall provide all resources necessary to accomplish the tasks as described in the Performance Work Statement (PWS). Please reference the attached RFP for the PWS, as well as all applicable provisions and clauses. The following factors shall be used to evaluate offers: Technical, Performance Schedule, and Price. Technical: To be determined technically acceptable, the offeror's proposal must include and/or demonstrate the following: 1) Most recent three (3) projects successfully completed within the last five (5) years that demonstrates the company's experience performing UVOST, geotechnical and environmental drilling efforts, to include references that can verify the successful completion of the projects. 2) A preliminary field schedule that includes mobilization, demobilization, and ability to support additional field days as specified in PWS 2.2. The Contractor must indicate its ability to perform in accordance with the specific schedule delineated in Section C (including the additional days). Failure to do so will result in rejection of the proposal. 3) List and description of equipment to be used for contract performance. Note - The Government intends for the direct-push method to be the primary sampling method. If proposing alternative methods/equipment, ensure a specific explanation is included to clearly describe how the alternative will fulfill the requirements outlined in the PWS. Performance Schedule: Field Work, excluding mobilization and demobilization, shall be performed from August 17 through August 30, 2015. Based on field conditions, results, and/or Government delays, the Government may request an additional one (1) to five (5) field days for UVOST and/or Geotechnical Exploration. This consists of one (1) to five (5) additional 10-hour workdays in Barrow, Alaska for additional exploration with the same field work and reporting requirements (as applicable) as Tasks 3, 4, and 5. The Contractor must indicate its ability to perform IAW this schedule. Failure to do so will result in rejection of the proposal. Price: Award will be made to the lowest priced technically acceptable offeror. Please provide responses to this notice no later than June 25, 2015 at 5:00 PM, Central Time (CT), to: Tom.F.Nowocin@usace.army.mil and Ashley.M.Jenkins@usace.army.mil Telephone responses will not be accepted. * Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete (BOTH FAR AND DFARS) representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E5-15-R-0003/listing.html)
- Place of Performance
- Address: Barrow, Alaska, United States
- Record
- SN03765103-W 20150617/150615235122-3828f2d9e1633ba2173279af3e166f6e (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 |