Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1, 2000 PSA #2738
SOLICITATIONS

C -- A/E GEOTECHNICAL SERVICES WITHIN THE DETROIT DISTRICT BOUNDARIES

Notice Date
November 29, 2000
Contracting Office
U.S. Army Engineer District, Detroit, 477 Michigan Ave, Detroit, MI 48226
ZIP Code
48226
Point of Contact
Deborah Butler, 313-226-6474
Description
1. CONTRACT INFORMATION: The work and services relate to geotechnical engineering services and will include the following: soil drilling and sampling by split spoon, undisturbed and other sampling methods; performing field strength tests including standard penetration, cone penetrometer, vane shear, and other methods; ground water monitoring and sampling, installation of water sampling wells; and rock and concrete coring. All of the above may have to be accomplished on land, in areas of difficult access, or over water from the decks of barges or other floating plant. Also included is laboratory testing of disturbed and undisturbed soil and rock samples for their engineering properties; compilation, analysis and interpretation of geotechnical data; and, preparation of geologic and geotechnical engineering reports. Two indefinite delivery order contracts will be awarded one for the Lower Peninsula of Michigan and northern Indiana (Area I) and one for the Upper Peninsula of Michigan and adjacent areas of Wisconsin and Minnesota that drain into the Great Lakes (Area II). Although the work will be primarily within the Detroit District geographical limits, it could include services anywhere within the Great Lakes and Ohio River Division boundaries. The selected firms will enter into negotiations for an indefinite delivery type contract with the Government for a term of one year, with total cost, of each contract, not to exceed $500,000.00. The contracts will provide an option for the government to extend the contracts for two additional one year periods, cost not to exceed an additional $500,000.00 each year. The proposed services will be negotiated and obtained through the issuance of delivery orders during the term of the contract. It is anticipated that more than one indefinite delivery contract with similar scope of work will be in place during the period of the contract. The criteria to be used in allocating orders will include: performance and quality of deliverables under the current contract, capacity to accomplish the order in the required time, uniquely specialized experience and equitable distribution of the work among contractors. This announcement is open to all businesses regardless of their 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 the part of this work that it intends to subcontract. The subcontracting goals for this contract are that a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), to include 9% with Small Disadvantaged Business (SDB), and 5% with Women Owned Small Business (WSB). The detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (See FAR 22.10) performing under these contracts must be equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Professional services are required for work related to the geotechnical investigation for the design and engineering evaluation of navigation structures, flood control structures, dams, dredging projects, dredged material disposal facilities, and other water resource development projects. The materials encountered may be environmentally contaminated, and require special handling and shipping procedures. The work is to be performed at various locations throughout the Detroit District 3. SELECTION CRITERIA: Potential contractors must demonstrate in their submissions the ability to meet the following requirements. The selection criteria are listed below in descending order of importance. Criteria a thru e are primary; Criteria f thru h are secondary and will be used only as "tie-breakers" between technically equal firms. a) Specialized experience and technical competence in the following: geotechnical sampling and testing for the design or analysis of civil works structures which include breakwaters, pile clusters, docks, seawalls, floodwalls, levees, dams, disposal facilities etc.; laboratory testing of undisturbed and disturbed soil samples; classifying soil in accordance with the Unified Soil Classification System; sampling and testing of rock, pavements and structural concrete; installation of groundwater monitoring/sampling wells, piezometers, and other related geotechnical instrumentation; and, preparation of geotechnical analyses and reports which include development of design profiles, and seepage, stability, settlement, and bearing capacity analyses. The firm must demonstrate experience in performing geotechnical investigations at HTRW (superfund) sites as well as conducting geotechnical investigations in flowing water and water up to 30 feet deep. b) Capacity of the firm to perform approximately $500,000 in work of the required type in a one year period, evidenced by the availability of specialized personnel and equipment including: drilling equipment necessary to work in rough or swampy terrain, drill holes to depths of 150 feet or more, and obtain adequate recovery of samples of all types of rock and soil; equipment necessary to perform laboratory tests of undisturbed and disturbed soils and rock samples in accordance with ASTM procedures including Q (unconsolidated-undrained) and R-bar (consolidated-undrained with pore pressure measurements) tests; equipment necessary to install groundwater monitoring/sampling wells, piezometers, and other related instrumentation, and perform well pumping tests. The selected firm shall have available for work on delivery orders adequate professional and technical personnel which include the following: geotechnical engineers, geologists, draftsmen/CADD operators, geotechnical drilling and sampling crews, survey crew, laboratory technicians. The firm must demonstrate capability and training necessary to work at designated HTRW (superfund) sites. In order to demonstrate capability to accomplish data collection off of barges in flowing or deep water conditions, furnish a list of equipment intended for use. All field sampling activities will be under supervision of an experienced graduate geologist or soils engineer. Quality assurance program, experience of QA/QC personnel, and laboratory procedures and equipment must be certified or capable of passing inspection by the Government in accordance with ER1110-1-261, "Quality Assurance of Laboratory Testing Procedures", dated 15 June 1999. Education, training, HTRW certification, registration, and experience as well as the availability of an adequate number of personnel in key disciplines will be considered in the evaluation process. c) Professional qualifications. Capability to provide certification of all work by a professional engineer registered in the state in which the work is performed. (Area 1 MI & IN; Area 2 MI, WI & MN) d) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within budget. e) Knowledge of and experience working in the subsurface geology of the Great Lakes locality that the firm possesses to accomplish the geotechnical engineering services to be provided. f) Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g) The geographic proximity of the firm to the general geographical area of the Detroit District. h) Volume of DoD contract awards in the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 326-3459. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Solicitation packages are not provided. This is not a request for proposal.
Record
Loren Data Corp. 20001201/CSOL003.HTM (W-334 SN5076C8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 25, 2000 by Loren Data Corp. -- info@ld.com