|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1995 PSA#1410U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- IDT CONTRACT FOR GEOLOGICAL SERVICES FOR THE OMAHA DISTRICT CORPS
OF ENGINEERS, OMAHA, NEBRASKA SOL DACA45-95-R-0084 POC For further
technical information, Call Tim Skeen at: (402) 280-0040. CONTRACT
INFORMATION: Up to two Indefinite Delivery Type contracts may be
awarded for a period of one year and may include an option for one
additional one year extension. Each Delivery Order issued under this
contract will not exceed $150,000 with cumulative amount of contract
not to exceed $1,500,000 ($750,000 per year). Delivery Orders will be
issued from time to time as the need arises during the contract period.
Types of services required will include: studies, reports, concept
design, final design (option) and construction phase services (option).
Completion date is one year after date of award with an anticipated
start date of February 1996. If a large business is selected for this
project, it must comply with FAR 52.219-9 regarding the requirement for
a subcontracting plan on that part of the work it intends to contract.
This plan is not required with this submittal. The subcontracting
goals for this contract are that a minimum of 30% of the contractor's
intended subcontract amount be placed with small businesses (SB),
including small disadvantaged businesses (SDB), and 8% be placed with
SDB. PROJECT INFORMATION: Geological and soils engineering services
will be required for a variety of tasks in support of civil works,
military construction and hazardous, toxic and radioactive waste (HTRW)
projects for the Omaha District. Most work required under these
contracts is anticipated to be within the boundries of the Omaha
District, however, some services may be required outside of these
boundaries. Delivery orders may consist of performing geological
studies and the preparation and review of reports and design drawings
and submittals for the following types of projects and tasks:
groundwater control, blasting, subsurface excavations, grouting, rock
and soil mechanical analysis, laboratory soil and rock test data
interpretation, groundwater hydrologic interpretation, literature
searches, and the preparation of detailed cost estimates. Experienced
geologists and soils engineers may be required to classify subsurface
material, collect soil and groundwater samples for physical and
chemical analyses, prepare subsurface geology interpretations, perform
sample handling, conduct standard field testing, prepare instrument
installation diagrams, make recommendations to solve field
investigation difficulties, make recommendations for instrument
rehabilitation procedures, provide technical expert services, and
prepare final project reports. Field services may also require HTRW
site investigations including development of site safety and health
plans, development of sampling and analysis plans, sampling
contaminated water and surface and subsurface material, and conducting
soil vapor surveys. Services may also include soil and rock drilling
and sampling, backhoe trenching, standard penetration testing,
percolation and slug testing, cone penetrometer testing, performing
borehole and surface geophysical surveys, installation and sampling of
groundwater monitoring wells, installation of subsurface monitoring
instrumentation, and surface and subsurface geological mapping.
SELECTION CRITERIA: See Note 24 for general selection process. Criteria
for selection, in order of importance, are: (a) Recent specialized
experience and technical competence of the firm (including consultants)
in: (1) Performing geological, groundwater and foundation
investigations and designs similar to those described above. (2)
Performing HTRW investigations similar to those described above. (3)
Producing quality products as evidenced by the firm's quality control
procedures. (4) Effective management of the project team, including
consultants. (b) Professional qualifications and specialized experience
in providing services similar to those listed above of the proposed
team members (including consultants) in the following disciplines:
geology, geological engineering, soils engineering, chemistry,
industrial hygiene and estimating. (c) Capacity to accomplish the work
in the required time. The A-E must be able to provide drilling
services on call and have sufficient drill crews to be able to complete
more than one delivery order at a time. (d) Past performance as
described in Note 24.(e) Location in the general geographic area of the
Omaha District. (f) Extent of participation of SB, SDB, historically
black colleges and universities, and minority institutions in the
proposed contract team, measured as a percentage of the estimated
effort. (g) Volume of DOD contract awards in the last 12 months as
described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are
not provided for A-E contracts. This is not a request for proposal.
Firms desiring consideration shall submit two copies of a combined SF
255 and separate SFs 254 for prime and each consultant. To be
considered, submittals must be sent to the U.S. Army Corps of Engineers
and addressed as follows: Omaha District, A-E Contracts Support
Section, ATTN: John M. Miller, CEMRO-ED-MG, 215 N. 17th Street, Omaha,
NE 68102-4978. Submittals must be received no later than close of
business on the 30th day after the date of publication of this
announcement. If the 30th day is a Saturday or Sunday or a federal
holiday, the deadline will be the close of business on the next
business day. In block 10 of the SF 255, provide the following: (a)
Design Management Plan (DMP). The DMP should be brief and include an
explanation of the firm's management approach, management of
subcontractors (if applicable), specific quality control procedures
used and an organization chart showing the inter- relationship of
management and various team components (including subcontractors). (b)
The firm's present workload and the availability of the project team
(including consultants) for the specified contract performance period.
(c) A list of drilling equipment and information on number and
experience of drilling crews available for proposed contract. In block
3 of SF 255 provide the submitting firm's number (six or seven digits)
assigned by the North Pacific Division, U.S. Army Corps of Engineers,
for the Architect- Engineer Contract Administration Support System
(ACASS) and the firm number for any consultants in block 6 of the SF
255. If unknown, so state. To receive information to obtain an ACASS
number, call (503) 326-3459. Personal visits for this solicitation to
the Omaha District offices will not be scheduled. Administrative and
procedural questions shall be directed to John M. Miller at (402)
221-4176. See Numbered Note(s): 24. (0223) Loren Data Corp. http://www.ld.com (SYN# 0015 19950814\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|