|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042Huntington District Corps of Engineers, 502 Eighth Street, Huntington,
WV 25701-2070 B -- INDEFINITE DELIVERY CONTRACT FOR SOILS TESTING SOL
DACW69-98-R-0018 DUE 040198 POC Cheryl D. Brunty, CONTRACT SPECIALIST
(304)529-5006, John B. Roberts, CONTRACTING OFFICER 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 solicitation is issued as a Request for
Proposal, number DACW69-98-R-0018. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular Number 97-03. The Huntington District requires an
Indefinite Delivery Indefinite Quantity type contract for Soils
Testing. Contract period will be for a base period of one year with a
provision for 4 option years for a total amount Not to Exceed
$500,000.00. This contract requires a certified or certifiable
Contractor to perform soil testing in accordance with Department of the
Army and ASTM standards. Required testing includes (The estimated
quantity schedule for providing prices must be obtained from contact
person): visual descriptions and classifications, moisture contents,
Atterberg limits, specific gravity, unit weight, Q and R-bar triaxials,
consolidations, Standard and Modified Proctors, gradations,
hydrometers, shrinkage limits, direct shear, permeabilities, and
California Bearing Ratio. All testing shall be QC certified and
submitted in report form. Other required items of work include
extraction of tube samples; remolded sample preparation;
transportation, disposal, and storage of samples; and preparation of
graphic boring logs in accordance with District standards. We plan to
award this contract to the offeror who submits the lowest overall price
and whose technical proposal meets an acceptable level of technical
competence that will insure its ability to meet certification
standards. Award of this contract will be made only to a lab which is
certified by the U. S. Army Corps of Engineers in accordance with
Department of the Army and ASTM requirements. Timely proposals shall be
technically evaluated by utilizing the following factors listed in
descending order of importance: a) Experience and Qualifications, b)
Familiarity of with Department of Army Testing Procedures, c) Quality
and Quantity of Equipment, d) Quality of Facilities and e) Electronic
Data Acquisition Systems. Technical proposals addressing a -- e are
limited to twenty-five (25) pages. If the selected offeror is not
currently certified, its lab and personnel will be inspected for
certification by the U. S. Army Corps of Engineers, Waterways
Experiment Station (WES). If the Offeror's lab is unable to meet all
certification standards within 14 calendar days of the inspection made
by WES, the selected technical proposal shall be considered
unacceptable and the lab of the next lowest price proposal shall be
subjected to same certification provision. Use of Subcontractors under
this contract is strictly prohibited. All engineers and technicians
performing testing or quality control/assurance work on this contract
shall be certified in accordance with ASTM and/or NICET requirements,
and shall have substantial relevant experience in laboratory soils
testing. For quality control/assurance of testing, the Contractor shall
designate a Quality Manager who is a registered Professional Engineer
or a NICET/ASTM Certified Laboratory Technician. Award of this contract
will be made only to a lab located within an approximate 200 mile
radius of the Huntington District Corps of Engineers office in
Huntington, WV. Additionally, the testing lab selected under this
contract must with its own resources: be capable of extruding
undisturbed (UD) tube samples up to 5-inches in diameter without
inducing bending stresses on the sample.. be capable of trimming,
preparing and testing triaxial samples having diameters of 1.4-inches,
2.8-inches, and 4.0-inches. have a minimum of 12 triaxial load cells
capable of applying loads up to 16 tons per square foot (TSF) to
samples up to 4.0-inches in diameter. have a minimum of 10 falling head
permeameters capable of testing samples up to 4.0-inches in diameter.
have a minimum of 5 consolidometers capable of applying loads and
rebound loads up to 32 TSF for samples a minimum of 2.0-inches in
diameter. have a minimum of 2 Atterberg limits devices which completely
meet the requirements and tolerances of the ASTM standard. have the
capacity to perform 10 hydrometer tests per day. have electronic
automated data acquisition systems which can be manipulated manually.
Data acquisition equipment must be capable of reporting data using both
English and metric units. have all equipment necessary to perform all
required tests in accordance with the cited standards. Please be
advised that the following FAR clauses are applicable to this
solicitation: Clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5,
216-18, 216-19, 216-22 and 217-9. The date set for receipt of technical
and cost proposals is April 1, 1998. A complete package consisting of
price schedule, Statement of Work, ordering provisions, and
representations and certifications is available and a thorough
understanding necessary to prepare an acceptable technical proposal.
This announcement is open to all qualified businesses regardless of
size. Requests for additional information regarding this solicitation
will be directed to Cheryl D. Brunty, Contract Specialist, by fax at
(304) 529-5738 or telephone at (304) 529-5006. (0057) Loren Data Corp. http://www.ld.com (SYN# 0019 19980302\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|