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