Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042

Huntington 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