Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

F -- SUBSURFACE DRILLING AND SAMPLING AND LABORATORY TESTING FOR THE FY04 MMCA PN57320 CHILD DEVELOPMENT CENTER ADDITION, BUILDING 900, FORT SHAFTER, OAHU, HAWAII. FIRM FIXED PRICE SERVICE CONTRACT.

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Honolulu - Military, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
DACA83-03-T-0026
 
Response Due
9/16/2003
 
Archive Date
11/15/2003
 
Point of Contact
Carrie Wakumoto, (808)438-8591
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu - Military
(carrie.wakumoto@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. This is a small business set-aside, firm fixed price service requirement. A copy of the Request For Quotation is available as a pdf document at the following website: http://www.poh.usace.army.mil/pohct/contracting.asp. Fax your quotation by the closing date and time to (808)438-8588. SCOPE OF WORK. 1. The contractor shall furnish all necessary management, labor, equipment, material, transportation, and any incidental services to provide services to determine subsurface conditions at the locations identified on the attached site locat ion map and boring location plan. Two (2) engineering test borings are proposed to a maximum depth of twenty-five feet (25) each. Continuous 2-inch diameter split barrel samples shall be taken in 2-foot intervals to a depth of ten feet (10) or at the cha nge of material as directed by the Contracting Officer??????s Representative. In addition, a maximum of two (2) 3?????? ring-lined split-barrel samples shall be required at depths to be determined during drilling in each borehole. All drilling and sampli ng of soils shall meet the requirements of ASTM D1586-84, ??????Standard Test Method for Penetration Test and Split-Barrel Sampling of Soils??????. The contractor may choose any drilling method for advancing the borehole through potential boulders or in b etween penetration test samples. The purpose of the laboratory testing of samples taken from the engineering test borings is to determine the swelling characteristics of near-surface soils. Two (2) swell tests on the ring-lined samples per hole (maximum e stimated total of four (4) swell test) shall be performed. The laboratory swell tests shall meet the requirements of ASTM D 4546, ??????Standard Test Method For Determining Swell Characteristics In Fine Grained Soils??????. All drilling sites are truck a ccessible (relocated for structures and utilities) on level ground but may be located adjacent to active roadways on Fort Shafter. The contractor shall provide for all safety procedures and materials necessary for performing the work. The contractor shall also provide all equipment, tools, materials, supplies (including plastic sample bags and identification labels) and personnel for performing the proposed work. 2. Payment for mobilization and demobilization will be made at the lump sum contract unit pr ice. Payment for drive sample boring and standard penetration testing will be at the contract unit price per linear feet of borehole that was actually drilled, sampled, tested and cased in accordance with the specifications. Payment for swell tests will be made at the contract unit price per test made in accordance with the specification. 3. The contractor must submit a Site Safety and Health Plan (SSHP) in accordance with all provisions of the US Army Corps of Engineers Safety and Health Requirements M anual, EM 385-1-1. No work will commence until the SSHP has been reviewed and accepted by the Government Representative and following award. The contractor shall comply with Chapter 396 of the Hawaii Occupational Safety and Health Act (OSHA) standards an d Title 12 Department of Labor and Industrial Relations, Subtitle 8 Division of Occupational Safety and Health, Part 2 General Industry Standards. [Title 29, CFR Chap 18, Part 1910 (OSHA)]. 4. The performance period is fifteen (15) calendar days followin g award of the purchase order. 5. The technical point of contact is Eric D. Bjorken and may be telephoned at (808) 438-5450 or contact e-mail at Eric.D.Bjorken@usace.army.mil.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00430167-W 20030911/030909213428 (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.