Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 26,2000 PSA#2587

U.S. Army Corps of Engineers, Jacksonville District, P.O. Box 4970, Jacksonville, Florida 32232-0019

C -- A-E SERVICE FOR CORE DRILLING AND LABORATORY TESTING PRIMARILY WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT SOL DACW17-00-R-0023 DUE 052900 POC Kathie B. Duke 904-232-3713, Technical POC Al Morris, 904-232-2430 WEB: Business Opportunities, http://www.saj.usace.army.mil. E-MAIL: Click here to contact the Contract Specialist, Kathleen.B.Duke@saj.usace.army.mil. Up to three contracts may be awarded from this solicitation. Up to two of these contracts may be awarded using unrestricted acquisition procedures and one contract will be awarded pursuant to small business set-aside procedures. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for two additional years; not to exceed a total of three years. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $1,000,000 for each contract year and $1,000,000 per task order. The primary purpose of this proposed contract is to provide services for projects located within the Florida boundaries of the Jacksonville District. Secondarily, the contract may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers district. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Services will include geotechnical subsurface sampling via continuous and/or standard SPT techniques, coring within rock units, field testing, laboratory analysis of recovered materials, site preparation, and establishing coordinate locations. The geographic extent of the assignments is within the State of Florida. A summary geotechnical report including an expert opinion and geotechnical recommendations will be required as part of each assignment. Factors for Evaluation in order of priority are: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firm must clearly demonstrate specialized experience and expertise in the following field data collection procedures: core boring (split spoon and rock coring), wash probing, vibracoring, undisturbed sampling, test pits, recharge tests, percolation tests, pump tests, piezometer installations, etc. Field conditions may include upland, swamp, and on water (both fresh water and marine water environments). Firm must clearly demonstrate specialized experience and expertise in the following laboratory analyses: grain size distribution, carbonate content, atterberg limits, moisture content, specific gravity, sedimentation rate, loss on ignition, compaction tests (4" and 6" molds), etc. Firm must also demonstrate experience related to site clearing, heavy equipment operation, establishing coordinate locations on land and in water, obtaining rights of entry, etc. 2. EQUIPMENT AVAILABLE TO THE FIRM: Firm must have all necessary drilling equipment, including but not limited to: drill rigs, floating plant for protected waters, site preparation equipment, survey equipment, and Government certified laboratory testing facilities. Firm must indicate equipment's physical location and whether the equipment is owned or leased. 3. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience, including but not limited to registered geologists, registered civil (soils) engineers, registered surveyors, soil technicians, data entry technicians, drillers, equipment operators, etc. A geologist or civil (soils) engineer, knowledgeable in the geology of Florida, must observe all drilling operations and prepare detailed field logs to document sampling procedures. A registered surveyor must validate all coordinate locations and elevations. 4. PAST PERFORMANCE: Firm must demonstrate its past performance in the accomplishment of similar work.Firm must list current contracts and related information including the name, address, and telephone number of references. Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations, and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration System (ACASS) and information available from other sources, will be utilized for prior performance evaluation. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 5. GEOGRAPHIC LOCATION OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida with lower mobilization and demobilization costs will be given preference provided there is an adequate number of qualified firms for consideration. 6. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm byDOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on May 29, 2000. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.acq.osd.mil/ec.) Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers floors for subcontracting are 61.4% to small business concerns; 9.1% to small disadvantaged business concerns; 5.0% to women-owned small business concerns; and 1.0% for HUBZone concerns. The term "floors" is used instead of "goals" as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms should keep these floors in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor's socio-economic status is clearly identified in the submission of qualifications. An approved small business-subcontracting plan will be required prior to award. The SIC code is 8711. The size standard is $4,000,000. Your attention is directed to FAR 52.219-14, Limitations on Subcontracting, which will be included in the contract set-aside for small business and which states in part: "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. Firms may post their name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page at www.saj.usace.army.mil. Posted 04/24/00 (W-SN448057). (0115)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000426\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page