Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

B -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Geotechnical Field Exploration and Laboratory Testing Services

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G18S0035
 
Archive Date
9/15/2018
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, Maria E. Rodriguez, Phone: 4097666331
 
E-Mail Address
lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil
(lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. 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. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers (USACE) - Galveston District (SWG) is conducting market research for anticipated geotechnical field exploration and laboratory testing services to be used for preliminary acquisition purposes. The contract total capacity will not exceed $10M. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. Prior Government contract work is not required for submitting a response under this sources sought. These services will be performed in connection with projects assigned primarily to SWG. SWG covers an area averaging 100 miles in width along the Texas coast, extending from approximately 15 miles east of the Texas-Louisiana state line south to the Rio Grande. SWG encompasses all of 49 Texas counties, portions of two Louisiana parishes and adjacent waters of the Gulf of Mexico. Professional services may also be performed in connection with civil, military and work for others projects assigned to the USACE, Southwestern Division (SWD). The work consists of geotechnical field exploration and laboratory testing services. Field conditions will generally include terrain of varying types, steepness, and consistencies ranging from dry land to soft marshlands, including swamps and dredged material placement areas, which may be covered by shallow water. Locations will also include shallow and deep draft inland waterways and channels, rivers, lakes, bays, streams, and similar bodies of water as well as waters offshore from the States of Texas and Louisiana, and other states and counties as required by specific task orders. Geotechnical field exploration may include auger borings (with soil sampling using thin-walled tubes and split spoon samplers with standard penetration tests), electronic cone penetration testing (CPT), vibracore sampling, pipe probing, and obtaining grab samples. Laboratory testing will include a full range of soils tests including but not limited to unconfined compression, triaxial compression, direct shear consolidation and other testing, all in accordance with respective ASTM standards. Geotechnical field exploration equipment shall be mounted on appropriate vehicles or water plants to allow access to test locations in all terrain and water conditions as described above. The contractor is expected to provide, in addition to mounted exploration equipment, all supplies and support equipment capable of operating in the terrains mentioned above. The contractor shall also have the capability, equipment, and qualified personnel, to provide earthmoving operations, when requested by the Government for a particular task order, to facilitate access in heavily vegetated areas, uneven terrain, for excavation of test pits, or other site specific reasons determined on a case by case basis by the Government. Firm must have sufficient capacity to supply a minimum of 2 fully staffed crews with equipment for 2 separate locations simultaneously and the ability to initiate work within an indicated timeframe. The intent of the work specified to be performed by the Contractor is to determine the type, nature and characteristics of the subsurface materials at existing and proposed project sites under investigation by the United States Government, principally the U.S. Army Engineer District, Galveston, Corps of Engineers, Galveston, TX. The purpose of this sources sought is to gain knowledge of the interest, capabilities and qualifications of various members of industry, to include the Small Business Community - Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman-Owned Small Businesses (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The anticipated contract period of performance is for a base of three (3) years and one (1) two (2) year option. The North American Industrial Classification System (NAICS) Code for this procurement is 541380, Testing Laboratories, which has a small business size standard of $15M. Small Business firms are reminded that under FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Experience/Capabilities Statement Submission Requirements: 1. Experience/Capabilities Statement is limited to five (5) pages (8 ½ by 11), 12-point font, and shall be submitted by email in PDF format with the following file naming convention: YOUR_COMPANY_NAME_SS W9126G18S0035 EXP STATEMENT. 2. Provide the firm's name, address, point of contact, phone number, and e-mail address. 3. Provide the Data Universal Numbering System (DUNS) and Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) registration at www.sam.gov). 4. State the firm's business category (Large Business, Small Business, 8(a), HUBZone, Woman-Owned Small Business, or Service Disabled Veteran-Owned Small Business). 5. Provide the number of company full-time employees (excluding contract employees). 6. Provide up to, but no more than, three project examples of geotechnical core drilling services and laboratory testing performed within the past three (3) years. Include the following information, as applicable for each project: a.Agency/Project Owner/Project Sponsor b.Project Title c.Project Location d.Contract Number e.Contract Amount f.Role in Contract (prime or subcontractor) g.Project Description h.Soil Conditions and Type of Equipment Utilized i.Percentage of Work Self-Performed j.Period of Performance, to include start and completion dates 7. Provide the number of full-time employees (excluding contract employees) in the following disciplines: Professional Geotechnical Engineers licensed in Texas, Professional Geologists licensed in Texas, Geotechnical Technicians, and Licensed Drillers. 8. Describe how you perform your drilling and laboratory services, e.g. in-house or subcontractor. 9. If your laboratory testing is in-house or subcontracted, is each laboratory location currently validated by US Army Research and Development Center (ERDC) listed at https://www.erdc.usace.army.mil ? If not, identify what lab(s) are in the process of being validated by ERDC or will require validation. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Lucille Smith at lucille.r.smith@usace.army.mil. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT OR ANTICIPATED SOLICITATION WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to lucille.r.smith@usace.army.mil and maria.e.rodriguez@usace.army.mil. Firms responding to this sources sought announcement who fail to provide 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. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 31 August 2018 at 1600 CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18S0035/listing.html)
 
Place of Performance
Address: Primarily Galveston District but includes the Southwestern Division Boundaries, United States
 
Record
SN05043841-W 20180819/180817231214-43fe05ff34a25660161927c9020320ac (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.