Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
MODIFICATION

H -- LITTLE LEVEE DRILLING AND TESTING SERVICES ALONG THE MISSISSIPPI RIVER IN DYER COUNTY, TENNESSEE

Notice Date
4/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-12-Q-0032
 
Response Due
4/25/2012
 
Archive Date
6/24/2012
 
Point of Contact
Nicholas Aprea, 901-544-3048
 
E-Mail Address
USACE District, Memphis
(nicholas.a.aprea@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-12-Q-0032 and is being issued as a Request for Quote (RFQ). An official copy of the solicitation can be viewed by logging onto www.acquisition.army.mil.asfi/gov. The associated NAICS code is 541380 with a size standard of $12.0 million. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted electronically through email or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quote to include all charges. Response to this solicitation must be received via email or fax by April 25, 2011 no later than 2:00 PM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0032 addressed to Nicholas Aprea, Contract Specialist, Phone (901) 544-3048, Fax (901) 544-3710, email: Nicholas.a.aprea@usace.army.mil Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov. In accordance with FAR 52.204-7, Central Contractor Registration (CCR), all vendors shall be registered in CCR prior to proposal. Vendors must also be registered in Online Representations and Certifications Applications (ORCA) at https://orca.bpn.gov. The North American Industry Classification System (NAICS) Code #541380 is applicable to this acquisition and must be included in the vendor's CCR registration and ORCA. The requirement is for a Lump Sum amount for Little Levee Drilling and Testing Services in Dyer County, Tennessee. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the following items to be delivered in accordance with specifications below: CLIN 0001: 1 Lump Sum, Little Levee Drilling and Testing Services in Dyer County, Tennessee. Scope: Contractor shall provide all personnel, equipment, and supplies to perform the subsurface exploration project entitled Dyer County Little Levee Drilling and Services Contract. The limits of work are highlighted on the enclosed aerial photo sheets. The subsurface exploration shall consist of 5 borings along the center line of the proposed new levee section located on the riverside of the existing levee just off the shoulder of Bungie Road and 5 borings in the proposed borrow pit. Borings along the centerline of the proposed levee section shall be advanced to the depths of 60 feet. If the sand stratum is encountered at depths less than 30 feet the contractor shall contact the COR as soon as possible. Based on the depths of the sand stratum the COR may direct the contractor to terminate the borings at shallower depths and increase the number of borings along the centerline of the proposed levee section as though not to exceed the quantities of any given line item provided below. The government will locate all borings with a wooden stake and provide the Contractor with approximate boring locations as marked on the aerial photo maps. All laboratory tests required will be performed at the Contractor's laboratory. The Contractor's laboratory shall be located within a 30-mile radius of the Memphis District Office so that a Memphis District Geotechnical Engineer can easily drive to the lab in one day in order to view and assign tests to the samples recovered. The Contractor's laboratory shall conform to the requirements as specified in ASTM D 3740 and ASTM E 329 and shall be validated by the Materials Testing Center for the Corps of Engineers. A list of current validated testing laboratories can be viewed at: http://www.wes.army.mil/SL/MTC/mtc.htm. The soil tests for this contract will include wet sieve analyses. An estimate of the number of tests to be performed is included in Table 2. A project geotechnical engineer shall ensure that all required laboratory testing for this investigation be performed according to EM 1110-2-1906 (20 August 1986). The government will assign laboratory tests based on the resulting field logs. After testing of the material, the soil samples shall be placed in the original jars and all boring samples for the project shall be delivered to the Ensley Engineering Yard in Memphis, TN. Project shall be completed on or before 25 May 2012. Basis for Award: This award will be made to the lowest priced, technically acceptable (LPTA) offeror. Offeror shall have specialized experience and knowledge commensurate with the tasks specified in the Statement of Work. Contractors shall demonstrate technical capability by submitting documentation, as Required by FAR 52.212-2 and stated in the attached section, "Evaluation Factors." The Government reserves the right to reject any proposal that does not meet requirements as stated in 52.212-4. Contractor shall submit completed clauses: The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 - Instructions to Offerors-Commercial Items; FAR 52.212-2 - Evaluation-Commercial Items. FAR 52.212-3 - Offeror Representation and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.219-6 - Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.222-41 Service Contact Act of 1965; FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires; FAR 52.217-8 - Option to Extend Services; FAR 52.252-2 - Clauses to Incorporate by Reference; DFARS 252.201-7000 - Contracting Officer's Representative; DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.243-7002 Request for equitable Adjustment; DFAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and DFAR 252.225-7002 Qualifying Country Sources as Subcontractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0032/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02726108-W 20120421/120419235440-34d2c99a316c508217631d1d2f434add (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 |
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.