Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2012 FBO #4022
SOURCES SOUGHT

C -- IDIQ AE Contract for Multi-Discipline AE Services, Primarily Geotechnical Exploration & Testing/Geotechnical Engineering/Concrete & Asphalt Materials Testing Evaluation/Environmental Investigative Services & Environmental Engineering

Notice Date
11/26/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-13-R-0002
 
Response Due
12/10/2012
 
Archive Date
1/25/2013
 
Point of Contact
Erica L. Mallie, 309-794-5661
 
E-Mail Address
USACE District, Rock Island
(erica.l.mallie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers - Rock Island District, is seeking eligible Small Business Concerns capable of performing work that includes, but is not limited to: Indefinite Delivery A/E contract for Multi-Discipline A/E services, primarily Geotechnical Exploration and Testing/Geotechnical Engineering/Concrete and Asphalt Materials Testing and Evaluation/Environmental Investigative Services and Environmental Engineering is to be awarded for services primarily within the Rock Island District boundaries (Iowa, Illinois, Wisconsin, Missouri and Minnesota). Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A/E firm. The contract will consist of individually negotiated task orders with an individual or cumulative total not to exceed $500,000 during a base period, with an option to extend four additional periods. The Contractor is guaranteed no less than $10,000 the first year and $5000 for the option periods, if exercised. An option period may be exercised early when the amount of the current period reaches $500,000. Work assignments will be issued by negotiated firm fixed price task orders not to exceed the base contract amount. If concurrent multiple awards are made, task orders will be allotted based upon the Contracting Officers determination of the special qualifications of the firm, the nature of the work involved in the task order, the immediacy of the work and availability of the firm. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at www.SAM.gov. Project Information: The types of projects may include all or part of the following: (1) Geotechnical projects; drilling, undisturbed and disturbed sampling in soil, rock, asphalt and concrete, cone penetration testing with pore water measurement, field and laboratory geotechnical testing, materials testing and evaluation, and geotechnical analysis to include computer generated boring logs and databases (gINT version 8), seepage, slope stability, settlement, bearing capacity, and wave generation analysis reports, evaluation and selection of soil, rock, asphalt, and concrete properties for use by others in geotechnical studies. Simple surveying will be required for locating and elevating borings and other tests as required. (2) Hazardous, Toxic, and Radioactive Waste (HTRW) projects to include Phase I/II ESAs; site/remedial investigations and assessments under CERCLA, RCRA, and TSCA; risk characterization and assessment; environmental monitoring, sampling, and testing; remedial action design; hazardous material and waste management; and lead, asbestos, PCBs, and radon testing, management and remedial design. Drawings shall be accomplished using computer-aided design and drafting (CADD) in accordance with the E/E/C CADD Standard Release 3.0 as published by the CADD/GIS Technology Center in Vicksburg, MS and The Rock Island District local guidance as appropriate. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications. All interested and capable Small Business Concerns are encouraged to respond to this Sources Sought Notice. Contractors are reminded that THIS SOURCES SOUGHT NOTICE IS NOT AN INVITATION FOR BID NOR A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential Small Business Concerns prior to determining the method of acquisition. Responses to this Sources Sought Notice shall not constitute responses to the solicitation, which is not currently available. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition is in the Government's best interest. Please email the following documentation to the Point of Contact listed below. (1) Company information (SAM Cage Code) to include a statement regarding the small business designation and status. (2) Relevant experience as the prime contractor, for no less than three (3) projects, to include experience in performing efforts of similar size and scope to that of the project description above within the last five (5) years. Email responses with the information required above must be sent to Erica.L.Mallie@usace.army.mil no later than 2:00 PM Central Standard Time on 10 December 2013. If you have any questions or comments regarding this notice, please contact Ms. Erica Mallie at (309)794-5661 or by email at Erica.L.Mallie@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-13-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
 
Record
SN02936757-W 20121128/121126234015-42c6a6fa2c6313a64e079cee88dff79d (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.