MODIFICATION
F -- Multiple Award Indefinite Delivery Indefinite Quantity Contracts for Services for Geotechnical Work and Explorations in Hazardous, Toxic or Radioactive Waste (HTRW) sites within South Pacific Division (SPD) Boundaries
- Notice Date
- 1/26/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-11-R0005
- Response Due
- 1/21/2011
- Archive Date
- 3/22/2011
- Point of Contact
- Erica Janelle Taylor, Phone: 9165577570, Rachel Rosas,
- E-Mail Address
-
erica.j.taylor@usace.army.mil, Rachel.A.Rosas@usace.army.mil
(erica.j.taylor@usace.army.mil, Rachel.A.Rosas@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of potential small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential Offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Erica.J.Taylor@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources for "Multiple Award IDIQ Contracts for Services for Geotechnical Work and Explorations in Hazardous, Toxic or Radioactive Waste (HTRW) sites within South Pacific Division (SPD) Boundaries." The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The NAICS Code is 541360, the size standard is $4.5 million, and the Federal Supply Code is F015. *removed* A performance period of five (5) years is planned (One Base Year period and four 1-year option periods). removed* Period of Performance will be five years with a $5 million Not to Exceed limit. No option periods. PROJECT DESCRIPTION All contract work will provide for drilling services to obtain samples for traditional geotechnical work and explorations in hazardous, toxic, or radioactive waste (HTRW) sites. The sites are located within the South Pacific Division (SPD) boundaries. SPD boundaries include California, Arizona, Nevada, Utah, New Mexico, parts of Oregon, Idaho, Wyoming, Colorado and Texas. Majority of the work will be performed in Northern and Central California. All services required under this contract shall be described in a competed task order with an individual scope of work which may include but not necessarily limited to the following: soil drilling and sampling using hollow stem flight augers, solid stem flight augers, mud-rotary, air-rotary and percussion drilling methods (such as ODEX, Down-hole Casing Advance systems, or other percussion drilling systems). In addition, sonic drilling and sampling, rock core drilling and sampling (up to 6-inch diameter) using wire-line or conventional, diamond-impregnated drill bits; soils sampling using standard penetrometers, and other split barrel samplers up to 3-inch-diamter (i.d.); undisturbed soil sampling using Shelby push tubes and Pitcher barrels with Pitcher tubes; test pit excavations utilizing backhoes and track hoes; Cone Penetrometer testing (CPTs) and associated tests using the Cone Penetrometer; piezometer and inclinometer installations; hydraulic pressure testing (water pressure testing) associated with rock core drilling; observation well installation and development (includes pump tests and permeability tests); percolation tests; preparation of drill logs and trench or test-pit logs; as-builts diagrams for observation well(s), piezometer(s), and inclinometer(s) installations, as well as all other pertinent records. Accessory equipment, may be required, but is not limited to: crane, boom truck, forklift, water truck, and barge (for over water drilling). Common work environment is on or near water features such as dams and levees. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective service contractor's capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4) Offerors type of small business and Business Size 5) Offerors Joint Venture information if applicable existing and potential 6) Offerors awarded a Multiple Award Task Order Contract shall perform at least 50% of the task order work. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, Woman-Owned, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. CONTRACT INFORMATION/DESCRIPTION The previous Multiple Award Task Order Contract (MATOCs) for this requirement had a Period of Performance of 5 years (One Base Period and Four 1-year option periods). The incumbents for this contract were issued approximately 56 task orders in the 5 year period with an average of 14 task orders per year. The average amount of task orders over the five year period was $86,119. The average amount of task orders within a year was $74,285. During the term of the contract 1-11 task orders were issued simultaneously with place of performances ranging throughout California and sometimes within the boundaries outlined in the project description. This information has been provided as background information and does not necessarily reflect the amounts, totals, or frequencies etc. for other current or future MATOCs. The solicitation issued under this sources sought may require an inspection of equipment - to be used under the contract- by an Army Corps of Engineers, Sacramento District representative as an evaluation factor for award. Interested Contractors shall re-affirm their Capability Statements for the subject sources sought. Offerors shall submit an email to Erica.J.Taylor@usace.army.mil which states that they understand the additional information provided through this SOURCES SOUGHT ADDENDUM and resubmit their Capability Statements or email submissions marked "MODIFIED" or "NO MODIFICATION." All interested contractors should notify this office in writing by email or mail by 12:00 PM Pacific Time on February 3, 2011. Submit response and information to: Ms. Erica J Taylor, CESPK-CT-B, Room 950, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Erica.J.Taylor@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-R0005/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02367045-W 20110128/110126234138-29b793198a0f7e6011c607ea13565e38 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |