Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 25,2000 PSA#2586

US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160

C -- INDEFINITE QUANTITY TASK ORDER CONTRACT FOR SOIL BORINGS, SOIL TESTINGS, AND GEOTECHNICAL DESIGN WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT SOL DACW29-00-R-0105 POC Contract Specialist, Patricia Perkins, (504) 862-2876 or Elois Evans; Chief, Technical Services Branch; (504) 862-1161 1. CONTRACT INFORMATION: A-E Services are required for an Indefinite Quantity Task Order Contract NTE $1,000,000 each for the base period with two option periods NTE $1,000,000 (per period). Contract is scheduled for award on or about November 2000. The base period and each option period shall not exceed one year each. Work assignments will be via fixed priced task orders. 2. PROJECT INFORMATION: Work will consist of: (a) Field assignments may include but not limited to locating borings in the field and providing location information consisting of elevation, latitude and longitude, and station and offset; making soil borings, sealing bore holes and recording depth of water table; setting permanent bench marks as well as installing piezometers, slope inclinometers, wells, settlement plugs, and settlement plates. Conducting pile-driving analysis, obtaining subsurface information by using cone penetrometer and performing noise and vibration monitoring. Hand auger, soil probe, general type (3-inch thin wall Shelby tube), splitspoon and 5-inch undisturbed fixed-piston type methods are to be used in the soil boring operations. Samples from the thin wall Shelby tubes and split spoon samplers must have a minimum diameter of 2-7/8 inches ID and 1-3/8 ID, respectively. Some borings will require hard access (marsh, swamp or heavily forested areas) and work over water requiring special equipment. Samples must be delivered promptly to the testing lab, either Government or A-E, as specified by the task order. The sampling device, sample tubes, and sample extruder for five (5) inch undisturbed borings will be furnished by the Government. A Corps of Engineer's representative will inspect field operations. (b) Testing laboratory assignments may include classifying, determining water content and Atterberg limits, performing unconfined compression tests, performing (Q) and (R) triaxial compression shear tests; performing direct shear (S) tests, consolidation tests and mechanical grain size analysis; performing 15-blow and 25-blow compaction tests on selected samples; computing and compiling test results; furnishing boring and laboratory data in both text and CADD files fully compatible with the Intergraph/Bentley Microstation CADD software (Version SE or later) and in the form of plotted boring logs produced by Corps furnished software, which uses Microstation SE. The A-E contractor will perform extruding of 5-inch undisturbed samples. (c) Design assignments may include selection of design parameters; stability analyses of levees, dikes, and other earthen structures; stability analyses of slopes for revetments, channels and excavations; pile capacity curves; settlement analyses; cantilevered, anchored, and braced sheetpile analyses; bearing capacity determinations; retaining and flood walls analyses; seepage analyses; dewatering design, ground water study and operation and interpretation of data obtained from A-E provided pile driver analyzer. Design plates will be furnished as paper copies and as Microstation compatible designfiles. 3. SELECTION CRITERIA: The selection criteria are listed below in order of precedence (first by major criterion and then by each subcriterion). Criteria (a)-(g) are Primary Factors. Criteria (h)-(j) are Secondary Factors and will be used only as "tie-breakers" among technically equal firms. (a) Specialized work experience and technical competence of the firm and its key personnel to perform the services listed above. Indication of past experience and working relationships, internal and with subcontractors. (b) Capacity (personnel and equipment) to accomplish work in the required time. Provide the following minimum personnel to perform work: two 4-person drill crews; one 2-person survey crew; four (4) soils lab technicians; five (5) Geotechnical design engineers; one engineering technician; and one CADD draftsperson. Demonstrate capacity to produce CADD drawings utilizing CADD programs fully compatible with the Intergraph/Bentley Microstation CADD software, Version 4.0 and later. Provide the following minimum equipment to be utilized for the project: Two core drill rigs with off road access capability (one wireline type drill rig and one undisturbed drill rig, Failing 1500 or equivalent), one pile driver analyzer, one soil probe, two vibration monitoring devices and two noise monitoring devices. (c) Knowledge of geology, geotechnical engineering practice and geographic area within the limits of the New Orleans District. (d) Professional qualifications necessary for satisfactory performance of required services. Firm must have a Louisiana Department of Transportation and Development (DOTD) water well contractor license. (e) Past Performance on contracts with Government agencies and private industry. (f) Safety plan outline and past performance (man-hours lost to accidents in the last 100,000 man-hours of work by firm). (g) Quality Control Plan outline. (h) Location of the design firm in the general geographical area of the anticipated projects and the New Orleans District Headquarters. (i) Extent of participation measured as a percentage of total contracts by Small Business, Small Disadvantaged Business, and Historically Black Colleges and Universities/Minority Institutions. (j) Volume of Department of Defense work within the last 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements described in this announcement are invited to submit 5 copies of SF 254's and SF 255's (11/92 edition) for the prime contractor, as well as all subcontractors and consultants, to the address below not later than 30 days after the date of this publication. Address the minimum personnel and equipment requirements and each of the Selection Criteria in Block 10 of the SF 255. For criteria (f) and (g) comprehensive outlines of safety and quality control plans will be satisfactory; complete plans will be required after contract award. Safety performance data (man-hours lost in the last 100,000 hours worked) must be submitted including data for any subcontractors. If the 30th day is a Saturday, Sunday, or a Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information, call (503) 326-3459. Overnight or courier type mail should be sent to the following address: U.S Army Corps of Engineers, New Orleans District, CEMVN-CT-T, Attn: Patricia Perkins, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. Refer to Solicitation No. DACW29-00-R-0105. Posted 04/21/00 (W-SN447647). (0112)

Loren Data Corp. http://www.ld.com (SYN# 0012 20000425\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page