Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2002 FBO #0336
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY TASK ORDER CONTRACT FOR SOIL BORINGS, SOIL TESTING, AND GEOTECHNICAL DESIGN WITHIN THE LIMITS OF NEW ORLEANS DISTRICT

Notice Date
11/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil Works, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-03-R-0001
 
Archive Date
1/30/2003
 
Point of Contact
Paula Martin, 504-862-2874
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil Works
(paula.r.martin@mvn02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 March 2003. The ba se period and each option period shall not exceed one year each. Work assignments will be via fixed price task orders. 2. PROJECT INFORMATION: Work will consist of: (a) Field assignments may include locating borings in the field and providing location information consisting of elevation, latitude and longitude, and station and offset; making soil borings and sealing bore holes; setting permanent bench marks as well as installing piezometers, slope inclinometers, wells, settlement plugs, and settlement p lates. 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 tube and split spoon samplers must have a min. diameter of 2-7/8 inches ID and 1-3/8 inches 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 fo r five (5) inch undisturbed borings will be furnished by the Government. Corps representative will inspect field operations. (b) Testing laboratory assignments may include classifying, determining water content and Atterberg limits, performing unconfined c ompression 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 compili ng test results; furnishing boring and laboratory data in both text and CADD files fully compatible with the Intergraph/Bentley Microstation CADD software (version 4.0 or later) and in the form of plotted boring logs. The A-E contractor will perform extru ding of 5-inch undisturbed samples. Other ASTM tests may be assigned. (c) Design assignments may include selection of design parameters; stability analyses of levees, dikes and other earthen structures; stability analyses of slopes for revetments, channe ls 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 design files. 3. SELECTION CRITERIA: The selection criteria are listed below in order of prec edence: (a) Specialized work experience and technical competence of the firm and its key personnel to perform the services listed above. (b) Capacity (personnel and equipment) to accomplish work in the required time. Provide the following minimum personn el to perform work: two 4-person drill crews; one 2-person survey crew; four (4) soils lab technicians (assigned task); six (6) Registered Professional Engineers specialized in Geotechnical Engineering practice; one engineering technician; and one CADD dra ftsperson. Demonstrate capacity to produce CADD drawings utilizing CADD programs fully compatible with the Intergraph/Bentley Microstation CADD software, Version 4.0 or later. Provide the following minimum equipment to be utilized for the project: Two c ore drill rigs with off road access capability (undisturbed drill rig Failing 1500 or equivalent), one pile driving analyzer, one soil probe, one cone penetrom eter, two vibration monitoring devices, two noise monitoring devices, five (5) Triaxial test cells, ten (10) Consolidometers and one (1) Direct-shear machine. (c) Knowledge of geology 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 agen cies and private industry. (f) Safety plan outline and past performance (man-hours lost to accidents in the last 10,000 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 contract by Small Business, Small Disadvantaged Business, Historically Black Colleges and Universities, and Minority Institutions . (j) Volume of DOD 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 6 copies of SF 254's and SF 255's (1 1/92 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 Criteri a 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 A CASS 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, ATTN: Attn: Paula Martin, 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. DACW29-03-R-0001.
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil Works ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00197883-W 20021103/021102095153 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.