Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
SOURCES SOUGHT

99 -- INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL CORE DRILLING AND LABORATORY TESTING FOR PUERTO RICO, THE U.S. VIRGIN ISLANDS, AND THE CARIBBEAN AREA

Notice Date
3/13/2023 7:42:33 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23Z0025
 
Response Due
4/12/2023 12:00:00 PM
 
Point of Contact
Donneasha M. Williams, Phone: (706)510-5051, Remi J. Eggers, Phone: 9042321003
 
E-Mail Address
Donneasha.Williams@usace.army.mil, remi.j.eggers@usace.army.mil
(Donneasha.Williams@usace.army.mil, remi.j.eggers@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for core drilling and laboratory testing, within the Antilles Area (Puerto Rico, U.S. Virgin Islands, and the Caribbean) boundaries of the Jacksonville District. The result of the market research will contribute to determining the method of procurement. The applicable NAICS code assigned to this procurement is 541330. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought Notice is to conduct market research and to gain knowledge of interest, capabilities and qualifications of various members of the industry, namely the Contractor Community; to include, but not limited to, Section 8(a), Service Disabled Veteran owned (SDVOSB), Women-Owned (WOSB), and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Jacksonville District of the US Army Corps of Engineers is planning work that will consist of core drilling and geotechnical subsurface sampling via continuous and/or standard SPT techniques, undisturbed sampling, large diameter coring within rock units, sonic drilling, vibracoring, probing, field and in situ testing, geophysical site investigations, field and laboratory geotechnical testing of materials (including construction Q/A testing), chemical analytical laboratory testing, site preparation, and establishing coordinate locations.� Capability to perform laboratory analysis at a laboratory located in Puerto Rico is required. The purpose of this proposed contract is to provide services for projects located within the Antilles Area boundaries of the Jacksonville District. The anticipated contract will be an Indefinite Delivery Contract for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. Maximum order limit is anticipated to be $10,000,000 for the life of the contract, including options. Responses to this announcement shall include: Statement of Capability (SOC) stating your capabilities, experience, and equipment used to perform the specified type of work. Specify knowledge of locality in Puerto Rico, U.S. Virgin Islands, and the Caribbean area. Project summaries should document breadth and depth of expertise, services performed, equipment and software used, and products delivered. The list of equipment should include ownership for each piece of equipment. The prospective laboratory location and capabilities is to be included with the list of equipment.� The past performance information should include project title, location, general description of the A-E Services to demonstrate relevance to the requirements described herein, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed. Your SOC should also include information regarding your firm�s name, address, point of contact, phone number, website, email address, and your firm�s business category; i.e. other than small, small business, 8(a), SDVOSB, WOSB, or HUBZone. If your firm is a small business, please be sure you understand the performance of work requirements for your specific socioeconomic category. Please limit your response to 5 pages. All responses to this sources sought/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice. Submittals are due no later than 12 APR 2023 3:00 PM EDT. Submittals will not be returned. Responses to this sources sought may be sent via email to Donneasha Willams at Donneasha.Williams@usace.army.mil, and Remi Eggers at Remi.J.Eggers@usace.army.mil. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. Prior Government contract work is not required for submitting a response under this sources sought synopsis. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. You must be registered in the System for Award Management (SAM.GOV) in order to be eligible to receive an award from any Government solicitation. Information regarding registration in SAM can be found at https://www.acquisition.gov. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541330. The small business size standard is $22,500,000.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee069699e0854a04b22b229be46889b7/view)
 
Place of Performance
Address: PRI
Country: PRI
 
Record
SN06616883-F 20230315/230313230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.