Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1995 PSA#1410

U. 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