Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1999 PSA#2425

U.S. Army Engineer District, San Francisco, COE, Attn: CESPN-CT, 333 Market Street, Room 704, San Francisco, CA 94105-2197

B -- PROFESSIONAL SERVICES CONTRACT FOR SOIL SAMPLING AND TESTING (GEOTECHNICAL TYPE SERVICES) SOL RFP No. DACW07-99-R-0016 POC Ofelia (Offel) R. Rosales, Contract Specialist, (415)977-8499. For Technical Information, contact Kennith Harrington, Chief, Geotechnical Section, (415)977-8661 or Steven Chen, Civil Engineer, (415)977-8662 E-MAIL: Ofelia (Offel) R. Rosales, Contract Specialist, ORosales@smtp.spd.usace.army.mil. This CBD Announcement is for a Special Studies contract -- Not R&D contract. This Procurement is Unrestricted. The San Francisco District, U.S. Army Corps of Engineers (COE) expects to award a contract for a Professional Services, firm, fixed price contract to a Geotechnical Engineering Company for geotechical subsurface soil-investigation, sampling, and laboratory testing of soil samples. The purpose of the contract is conduct subsurface soil boring investigation to obtain subsurface soil-profile data and samples and to perform laboratory characterization of the physical properties and strength test on those samples in a geotechnical soils testing laboratory. The supervision of the fieldwork, logging of the soil borings, collection of the samples, and the finalization of the boring logs and location maps must be performed by a licensed geotechnical engineer and/or engineering geologist. The bore hole drilling shall be accomplished by an experienced, qualified company with equipment in good repair and suitable for the work. The work to be performed and the data gathered will provide the basis for the in-house pre-construction engineering and design (PED) effort for the upper Guadalupe River Flood Control Project, San Jose, California. The Professional Services Contractor shall be responsible for preparing the following: logs of the soil borings supplemented with laboratory soil test data; a list of borings with respective California Zone 3 NAD 1983 coordinates; plan-view maps of all boring locations, to be contained in a report of field activities; and all completed laboratory test data forms and summaries. The Contractor shall be held responsible and accountable for the quality and accuracy of all soil test results. The boring logs and plan-view maps will be submitted as both hard copy and electronic digital format using computer-aided design and drafting (CADD) software. The plan-view maps shall have California State Plane Coordinate System, Zone 3 NAD 1983 tie-marks. The Contractor will be responsible for delivering the above boring logs and plan-view maps in Autodesk AutoCAD CADD software, release 14 (higher), Windows (95 or NT). The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format and on the target platform specified herein. The target platform is a Pentium workstation (200 -- 600 MHz) with Windows 95 (or 98), NT 4.0 x 86 operating system. Responding firms must be licensed and bonded in the State of California for the performance of Geotechnical Engineering, and have access to, by subcontract or ownership, to a soils testing laboratory. The soils testing laboratory must have been accredited for ASTM D 3740 within the past two (2) years by the AASHTO Materials Reference Laboratory (AMRL). The laboratory accreditation of the successful firm will be audited by the COE materials Testing Center and inspected, if deemed warranted, prior to the performance of any testing. The Government shall be responsible for furnishing the Rights of Entry to the proposed boring locations and auditing the accreditation of the laboratory. The Contractor shall be responsible for obtaining all necessary permits, utility clearances, and complying with local statutes and ordinances. The A-E Pre-Selection Board will use a numerical scoring system to establish maximum scores for each firm on each of the six evaluation criteria stated in relative order of importance including the following sub-criteria: Criteria 1 thru 4 are primary. Criteria 5 thru 6 are secondary and will only be used as "tie-breakers" among technically equal firms. 1. Professional Qualifications: The evaluation will consider education, registration, overall relevant geotechnical engineering design experience with flood control projects, and longevity with the firm. 2. Specialized Experience: (a) Subsurface investigation, sampling, and laboratory testing for civil engineering design of flood control works; (b) prior team experience with significant subcontractors. 3. Capacity to Accomplish the Work in the Required Time: The evaluation will consider total strength of key disciplines in relation to the workload. 4. Laboratory Qualifications and/or Accreditations: The evaluation will consider the level of accreditation of the soils testing laboratory ot perform soil strength test (triaxial, unconfined, and direct shear) as well as basic characterization of physical properties. 5. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedule will be considered. 6. Knowledge of the Locality: The evaluation will consider the firms experience in the southern San Francisco Bay Area followed by experience in the greater San Francisco Bay Area, followed by the firms experience in the San Francisco District's geographic boundary, which extends from the Oregon border south to San Luis Obispo and east to the Sacramento/San Joaquin valleys. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to subcontract. The plan is not required with this submittal. The total for the contract is may range from $250,000. to $500,000.; however, the Government retains the option of increasing the number and types of laboratory test using the negotiated contract rates. Upon selection of a short list of top contenders by the Pre-Selection Board based on technical merit, a scope of services will be provided with a request for a price proposal. The Price Proposals will then be reviewed/rated and the highest combined score of price proposal and technical proposal will be selected. Firms desiring consideration must submit a SF 254, if not already on file, and a SF 255 within thirty (30) calendar days from the date of this notice. Further information may be obtained by contacting Mr. Steven Chen @ (415)977-8662. This is not a request for a proposal. Reference (for identification only) No. DACW07-99-R-0016. Note: The Standard Industrial Classification (SIC) Code for this acquisition is 8734. The Small Business Size Standard is $5.0 million. The number of employees or annual receipts indicates the maximum allowed for a concern, including its affiliates, to be considered small. Posted 09/01/99 (W-SN375518). (0244)

Loren Data Corp. http://www.ld.com (SYN# 0019 19990903\B-0003.SOL)


B - Special Studies and Analyses - Not R&D Index Page