Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1998 PSA#2095

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

C -- INDEFINATE DELIVERY CONTRACT FOR GEOLOGICAL, GEOTECHNICAL ENGINEERING, SURVEYING SERVICES FOR THE OMAHA DISTRICT CORPS OF ENGINEERS, OMAHA, NEBRASKA SOL DACA45-98-R-0020 POC For Procedural questions: John Miller (402)221-4176; technical, Kim Mulhern (402)221-7735 or Betty Hatfield (402)221-7732 WEB: OMAHA DISTRICT CONTRACTING DIVISION HOMEPAGE, http://ebs.nwo.army.mil/EBS/CONTRACT.HTM. E-MAIL: LeighAnn Lucas, Leigh.A.Lucas@usace.army.mil. CONTRACT INFORMATION: This contract is set aside for firms currently in the Small business Administration (SBA) 8(a) Program in SIC code 8711. An Indefinite Delivery Type contract may be awarded for a base period and may include two additional option periods. The contract amount will not exceed $500,000 in any period. The base period and option periods will not exceed one year each, but option periods may be exercised when the contract amount for the current period has been reached. Task Orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders will not exceed the contract amount in any period. Contract award is anticipated in November 1998. Types of services required will include site investigations, studies, reports, surveying, mapping, design services (option), and construction phase services (option). PROJECT INFORMATION: Geological, geotechnical engineering, and surveying services will be required for a variety of tasks in support of civilworks, military construction and hazardous, toxic and radioactive waste (HTRW) projects for the Omaha District. Task orders may consist of soil and/or rock drilling services, performing geological or geotechnical studies, and the preparation and review of reports and design drawings and submittals for the following types of projects and tasks: groundwater control, subsurface excavations, grouting, rock and soil mechanical analysis, laboratory soil and rock test data interpretation, strength and mix design testing for concrete and asphalt, testing of aggregate materials, testing of paints and coatings, groundwater hydrologic interpretation, dam safety inspections, surveying, mapping, 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 drilling services, 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, groundwater parameter definition, cone penetrometer testing, performing borehole and surface geophysical surveys, installation and sampling of groundwater monitoring wells, installation of subsurface monitoring instrumentation, computer modeling, HTRW feasibility studies/remedial design, wetlands mitigation, and surface and subsurface geological mapping. Expert services may consist of document review and testimony. Survey requirements will include horizontal and vertical positioning of point features in appropriate state plane coordinate systems to third order accuracy utilizing conventional and Global Positioning System (GPS) procedures. Mapping in a totally electronic field to finish environment utilizing breakline and mass point data collection techniques may be required. True 3-dimensional mapping developed in Intergraph Micro-station will be required. Emergency response actions as authorized by Public Law 84-99 may be required under this contract. Initial Levee Eligibility Inspections, Rehabilitation Project Information Reports, and development of Plans and Specifications, and Advance Measures Project Information Reports may be required. Delivery of all electronic files, as well as vellums and prints, will be required. Most work required under these contracts is anticipated to be within the boundaries of the Omaha District, but some services may be required outside of these boundaries subject to higher headquarters approval. SELECTION CRITERIA: 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) Performing Emergency response actions similar to those described above. (4)Producing quality products as evidenced by the firm's quality control procedures described in the Management Plan (See SUBMITTAL REQUIREMENTS) The selected A-E firm must be able to provide products that meet guidance, criteria, and quality standards without detailed review by the District. (5) Effective management of the project team, including consultants as described in the Management Plan. The firm must present a logical team organization that provides an effective method of coordination and communication between the individual team members as well as 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, surveying, mapping, 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 on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. (e) Location of prime's and consultants' offices in the general geographic area of the Omaha District. (f) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 for prime and consultants and separate SF-254s for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than 4:00 PM CDT on June 15, 1998. In block 10 of the SF 255, provide the following:(a) Management Plan (MP). The plan 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 organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) A letter from the SBA confirming the firms status in the 8(a) program. 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 on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices will not be scheduled. (0132)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980514\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page