Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2004 FBO #0806
SOURCES SOUGHT

C -- INDEFINITE DELIVERY CONTRACT FOR GEO-TECHNICAL AND GEO-ENVIRONMENTAL SERVICES

Notice Date
2/9/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-R-0013
 
Response Due
3/10/2004
 
Archive Date
5/9/2004
 
Point of Contact
Michelle.L.Rubino, 215-656-6774
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(Michelle.L.Rubino@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
POC: Robert M. Bencal, (215) 656-6606 DESC: 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award a one (1) year Indefinite Delivery Contract for geotechnical and geo-environmental services with options for up to two (2) additional twelve ( 12) month periods. The cumulative total of all task orders for the base and option periods shall not exceed $3,000,000. It is envisioned that the average cumulative total for all task orders in either the base period or in each of the two option periods will be on the order of $1,000,000. Although the maximum task order limit is $1,000,000, it is envisioned that most task orders will be less than $300,000. Options may be awarded based on value used or time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: The selected firm will be used to supplement the USACE capability for providing geo-technical, geo-environmental and professional services for planning, design and construction quality assurance in support of the military, work fo r others, and civil work missions assigned to the District. Work outside the Districts civil works boundaries, which generally include the Delaware River Basin, and the coastlines of New Jersey and Delaware may be required. The work will include, but is not limited to, the following items in descending order of importance: A. Geotechnical Designs. This includes, but is not limited to, the design of embankments and cut slopes, retaining structures, pavements, shallow and deep foundations, slope protectio n, geosynthetics, soil stabilization and site drainage. Design work shall include the preparation of drawings using AutoCAD 2004, cost estimates and technical specifications according to USACE formats (MCASES GOLD and SPECINTACT). Reports shall be provid ed both in Microsoft Word and Adobe Acrobat formats and scheduling shall use Primavera. The firm must be able to provide compatible digital products on CD ROM. B. Geotechnical Investigations, Testing and Analysis. Primary efforts shall include: (1) Su bsurface Explorations, including, but not limited to, soil sampling, rock core borings, vibracoring, and geophysical investigations for geotechnical purposes. All sampling shall be continuous. Soil sampling and rock coring may be conducted either on land or on water; vibracoring shall be conducted solely on water. Water work may be riverine, bay or in the ocean. Drillers, A/E staff and all those involved in site investigations, will be required to have fulfilled the 29 CFR 1910.120 OSHA 40-hour basic he alth and safety requirements of the jobs health and safety plan, including medical monitoring. Record surveys meeting Corps of Engineer standards for surveying and mapping of all land and water explorations will be required; Other related work shall inclu de: (a) Technical support of field operations shall be provided using experienced, qualified degreed engineers, geologists or staff approved by the Government for all fieldwork, including subsurface exploration. The A/E shall be responsible for: Logging of soil samples, rock cores, handling, labeling, chain of custody and storing soil samples, rock core and environmental samples; related coordination with other government, private and related groups in obtaining access, information, etc., performing any n ecessary air monitoring, and laying out the borings; (b) Soil testing shall include, but not be limited to, visual and laboratory classification, classification testing and determination of moisture-density relations, permeability testing, direct shear tes ting, triaxial shear testing, unconfined compression testing, consolidation testing, laboratory and field compaction testing and other deformation testing. The collection and testing of Hazardous, Toxic and Radiological Waste (HTRW) contaminated samples m ay be required. It is not necessary for the soil or HTRW laboratories to be resident in-house. The designated ge otechnical and analytical laboratories must be certified and approved by the USACE. (2) Instrumentation installation shall include, but not be limited, to the installation, monitoring and analysis of piezometers, groundwater monitoring wells and inclinome ters. This item shall include all appurtenant items such as monitoring wells and piezometer development. C. Geo-Environmental Studies, Investigations and Related Work. These shall include as primary effort: (1)Phase I Environmental/Preliminary Site Ass essments; (2) Preparation of Remedial Investigations/RCRA Facility Investigations. As a part of the above work, the A/E will be required to complete geophysical investigations, groundwater investigations, soil, groundwater and surface water chemical samp ling, testing and analysis, preparation of baseline risk assessments, preparation of conceptual site models and other related work. Other related efforts shall include: Preparation of Feasibility/Corrective Hazardous, Toxic, and Radiological Waste (HTRW) Measures and Studies; Ordnance and Explosive Waste (OEW) Site Assessments. The firm must have access to an unexploded ordnance (UEX) specialist. The UEX specialist must be a graduate of the U.S. Naval Explosive Ordnance Disposal (EOD) School in Indianhea d, Maryland and have been awarded the master EOD Skill Badge; Preparation of Health and Safety Plans, including a safety, health and emergency response plan (SHERP) prepared by a certified industrial hygienist, not necessarily on staff. Electronic Data Bas ing of Analytical and Geotechnical Information. Environmental Data Management System (EDMS) will serve as the electronic database for all qualified analytical results. (3) Laboratory electronic data deliverables and contractor automated data review and data base requirements for all analytical data: (a) Laboratory Electronic Data Deliverable Format. The laboratory shall provide an Electronic Data Deliverable (EDD) compliant with the USACE Automated Data Review (ADR) specification. An ADR EDD will be de livered for each laboratory report (i.e., Sample Delivery Group). (b) ADR EDD Check Program for the Laboratory. At the beginning of the project, the USACE will provide the laboratory with the ADR EDD software application (Microsoft ACCESS platform). The A DR application shall provide the laboratory a software program that will enable the laboratory to review its final EDD against the project specific library prior to submitting to the contractor. The laboratory shall be responsible to perform the electronic verification prior to delivery of the EDD and pass all data integrity checks. The Laboratory shall be responsible for submitting a complete electronic data package in Adobe Acrobat PDF format. (c) ADR Data Review Program for the Contractor. At the begin ning of the project, the USACE will provide to the contractor the ADR data review application (Microsoft ACCESS platform). The ADR application shall provide the consultant a software program that will enable the consultant to import the EDD submitted by th e laboratory and perform automated data review based upon the project specific library. (d) ADR Project Library (e-QAPP). In using the ADR application as noted above, a project specific library (i.e., electronic QAPP) must be built within the software pro gram. This project specific library will be prepared using the ADR tools by the Contractor and delivered via e-mail to the USACE for review prior to submission to the contracted laboratory. This library includes methods, target compound lists, QC recoverie s for LCS, MS, surrogates, etc., and reporting limits. D. Miscellaneous Professional Services. This secondary work shall include but not be limited to support during construction services, minor groundwater and soil remedial designs, environmental impact statements, environmental inventories, baseline ecological evaluation (BEE) reports, historical and archaeological investigations and reports and peer review of USACE reports. If in-house capabilities in these areas are not available, a pre-qualified A/E may be utilized. All work shall comply with the jurisdictional regulations and laws including the requirements for registrations, licenses and certifications. The A/E shall have the capability of executing a minimum of two (2) task orders simultaneously. All work shall comply with safety regulations specified in the USACE Safety and Health Requirements Manual, EM 385-1-1. 4. SELECTION CRITERIA: The selectio n criteria in descending order of importance, which will be the basis for selection, are: (1) Specialized experience and technical competence in the types of work required, including, where appropriate, experience in energy conservation, pollution prevent ion, waste reduction and the use of recovered material and general experience in related types of work; (2) Professional qualifications of the available staff necessary to perform the services required; (3) Capacity of the firm to accomplish the work in the required time; (4) Past performance, especially, on Department of Defense (DOD) contracts; (5) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a perc entage of the estimated effort; (6) Location will be a consideration in the final selection as a secondary selection criteria element provided a sufficient number of qualified A/E firms respond to this announcement. 5. SUBMISSION REQUIREMENTS: Firms whi ch desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 254 and SF 255 dated 11/92 for the prime firm and SF 254 for all consultants, to the above address, to the attention of Robert M. Bencal, R oom 702, not later than the close of business of 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 ACASS number in Block 3b, of SF 255. Call the ACASS Center at (503)-808-4591 for information on obtaining an ACASS number. As a requirement for award, the selected contractor must be registered in the Department of Defenses Central Contractor Register (CCR) Database. Failure to be registered in the DOD CCR may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov/ or you may call CCR Assis tance Center at 888-227-2423, or 269-961-4725, or email dlis_support@dlis.dla.mil (Available 24 hours, 7 days a week). It is required that all responding firms clearly present billing amounts for all USACE work as well as all other Department of Defense w ork for the 12 months preceding this announcement. This is not a request for proposals. No other notification to firms for this project will be made.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00518914-W 20040211/040209215548 (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.