SOLICITATION NOTICE
H -- DRILLING SERVICES - NASH, MO SEEPAGE REMEDIATION PILOT HOLES
- Notice Date
- 2/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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-13-Q-0027
- Response Due
- 2/14/2013
- Archive Date
- 4/14/2013
- Point of Contact
- Valerie Marshall, 901 544-3619
- E-Mail Address
-
USACE District, Memphis
(valerie.marshall@mvm02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 being requested and a written solicitation will not be issued. The solicitation number is W912EQ-13-Q-0027 and is being issued as a Request for Quote (RFQ). This acquisition is an UNRESTRICTED procurement. The associated NAICS code is 541380. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted by fax, in hard copy, either through regular mail or by delivery. 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 mail or delivery by February 14, 2013 no later than 10:00 AM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-13-Q-0027 addressed to Valerie Marshall, Contract Specialist, Phone (901) 544-3619, Fax (901) 544-3710, email: Valerie.marshall@usace.army.mil. Vendors not registered in SYSTEM FOR AWARD MANAGEMENT (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by calling 1-866-606-8220 or register online at www.sam.gov. In accordance with FAR 52.204-7, all vendors shall be registered in SAM prior to bid. Vendors must also be registered in Representations and Certifications Applications (included in SAM). Websites: www.sam.gov. North American Industry Classification System (NAICS) Code applicable (541380 listed above) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the attached specifications: BID LINE ITEM: CLIN 0001 MOB. DRILLING EQUIPMENT 0-200 MILES (1 EACH) CLIN 0002 SPECIAL EQUIPMENT FOR ACCESS (10 HOURS) CLIN 0003 0'-30' DEPTH (SPT 5' INTERVALS) (2,580 LINEAR FOOT) CLIN 0004 30'-60' DEPTH (SPT 5' INTERVALS) (2,580 LINEAR FOOT) CLIN 0005 60'-100' DEPTH (SPT 10' INTERVAL) (3,440 LINEAR FOOT) CLIN 0006 ADDITIONAL SPLIT SPOON SAMPLES (0'-50') (344 EACH) CLIN 0007 ADDITIONAL SPLIT SPOON SAMPLES (50'-100') (344 EACH) CLIN 0008 CEMENT/BENTONITE GROUT BOREHOLE (8,600 LINEAR FOOT) CLIN 0009 WET SIEVE ANALYSIS (C 117 & C 136) (1,892 EACH) CLIN 0010 PER DIEM (90 DAYS) TOTAL COST FOR ALL CLIN ITEMS ______________________________ STATEMENT OF WORK Nash, MO Seepage Remediation Pilot Holes 1.General Statement of Services. This statement of work provides specific instructions for taking pilot hole borings and performing soil tests. The project is located along the Little River Headwater Diversion Levee south of Cape Girardeau, MO. The subsurface information will be used by the Government to design relief wells for the proposed project. 2. Scope of Work. Contractor shall provide all personnel, equipment, and supplies to perform the subsurface exploration project entitled Nash, MO Seepage Remediation Pilot Holes. The limits of work are highlighted on the enclosed plans. The subsurface exploration shall consist of 86 pilot hole borings on the landside of the levee. The government will locate all borings with a wooden stake and provide the Contractor with approximate boring locations as marked on the plans. 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. a. Boring Location. The Government will provide the Contractor with a general map, and project drawing showing the project location and proposed boring locations. Additionally, the government will identify the boring location with survey flagging and a wooden stakes marked with the boring number. The COR shall be contacted for approval of any changes in boring locations proposed by the Contractor. The borings shall be numbered as indicated in the attached drilling instructions and wooden stakes. b. Drilling and Sampling. Pilot holes may be drilled by any method approved by the Contracting Officer Representative which will allow the recovery of samples as described below. Samples shall be obtained with a standard split spoon sampler, (inside diameter of 1-3/8 inch), and shall be driven in accordance with the requirements of ASTM D 1586 and as approved by the Contracting Officer Representative to obtain samples 18 inches in length. Sampling shall be taken at the depths provided below. The drilling fluid (not a bentonite or other expansive clay system) shall be a suspension of fine-grained soils or shall be a commercial product of a recognized manufacturer. c. Boring Depths. All borings shall be advanced to the depths provided below. d. Backfill and Grouting of Borings. Each pilot hole shall be backfilled within 12 feet of the surface with concrete sand meeting the requirements of ASTM C33. The remainder of the pilot hole shall be filled with 10 feet of grout capped by 2 feet of compacted impervious cuttings. The grout mix shall be consist by weight of one part Portland Cement, 4 parts sand, 2 parts Bentonite and shall be mixed with sufficient water to provide a 6 to 8 inch slump. e. Surveys for Borings. The government shall be responsible for providing all surveys to determine boring elevations and locations with respect to levee stationing, offset distances from levee baseline, and Differential Global Positioning System (DGPS) coordinates for latitude and longitude. The boring stakes in the field will include the stationing, offset distances, elevations and well number. All information from the stake shall be recorded on the corresponding boring logs. f. Documentations. A field boring log shall be maintained for each pilot hole drilled. This data shall be recorded on Form LMM 650 Jan '64 quote mark Field Boring Log quote mark, a copy of which is available at the following website under the link quote mark Relief Well Standard Forms quote mark : http://www.mvm.usace.army.mil/contracting/forms/forms.htm. The Contractor shall submit the logs of the pilot borings including the blow counts, the soil samples and results of sieve analysis tests obtained from the pilot borings with the depths from which samples were obtained, the elevations of changes between materials shall be recorded to the nearest 0.1 foot. The Government will provide the Contractor with a gINT database file into which the Contractor shall enter all the relevant boring data, including top and bottom depths for each sample, sample descriptions as noted on field logs, blow counts, and D85 values as determined from sieve tests. Upon completion, the Contractor shall provide all databases developed using the gINT program. The work sheets and databases shall become the property of the Government on acceptance and payment. All work sheets shall be delivered to the Government on tests performed before payment is made for the tests. Additionally, the Contractor shall provide all sieve analyses data through a Microsoft Excel spreadsheet provided by the Government for each boring. The testing laboratory shall retain a portion of each unwashed sieve sample that exceeds the amount required to perform testing in accordance to ASTM C 117 and ASTM C 136 for future test verification. This small sample must be retained and provided to the Memphis District at the completion of the contract. 3. Order of Work. The Contractor shall ensure that the 4 pilot holes in Levee Mile 11 (as noted in Table 3) are completed first before proceeding on the drill the remaining 82 borings. Likewise, the Contractor shall complete all laboratory testing and submit results for these same 4 borings before commencing lab work on samples from the remaining borings. 4. Items To Be Furnished To The Contractor. The following items, but not limited to that listed, will be furnished or made available to the Contractor by the Government for use in the performance of this delivery order. a. Plans showing the proposed boring locations. b. Approximate Boring locations and Sampling intervals Table c. Drilling log forms. d. Jar labels. f. Right-of-Entry permits. 5. Rights-of-Entry and Property Damage. Right-of-Entry permits through the properties on which the work is to be performed will be furnished by the Government. Right-of-Entry permits have been obtained from respective landowners based on the suggested boring locations as shown on the plans furnished to the Contractor. It is anticipated that actual field conditions may require some adjustment (minor changes) in boring location to be made by the Contractor from that shown on the aerial maps. The Contractor shall notify the Contracting Officer of any significant changes which may occur in location of the proposed borings. Some equipment (dozers) may be required to assist drill equipment access some boring locations when wet. The Contractor shall not authorize use of such equipment without permission of the Contracting Officer. The Contractor shall exercise care to hold damages to crops, merchantable timber and levee turf to a minimum. Any damages shall be reported to the Contracting Officer. The Government will be responsible for any damages incurred that is incidental to the taking of the borings and that is through no fault of the Contractor. The Contractor shall be responsible for any damage to public or private property/utility caused by or which is due to the negligence of the Contractor, his agents, or his employees. Clearance of public roads, railroads, and utilities has not been obtained. The AE is responsible for obtaining all utility clearances. 6. Measurement and Payment. The Contract unit prices shall include all costs for furnishing all, plant, labor, equipment, materials, supplies and for performing all operations required for completion of all work included as specified herein, and as specified in Table 2 below. a.Mobilization and Demobilization. Payment for mobilization and demobilization shall include all plant, labor, equipment and supplies needed to transport drilling equipment and all related support equipment to the jobsite and return. Mobilization and Demobilization shall be paid only once, regardless of the number of drill rigs used or the number of times the contractor moves equipment off of the site for maintenance or scheduling issues. However, additional Mobilization and Demobilization will only be paid for if the contractor is directed by the Government to Demobilize from a site prior to completion of the task order. In the Memphis District, travel may be paid, as negotiated by this contract and based on the Joint Travel Regulations (JTR) by locality, for locations 50 miles or greater from the Memphis District Office. b.Drilling. Payment of drilling will be made at the applicable contract unit price per lineal foot drilled for the depth performed using non expansive drilling fluid. Sampling shall not be included in the unit price cost. The footage drilled will be determined using submitted field boring logs and soil samples provided. c.Samples. Payment for samples will be made at the applicable contract unit price per sample. The number of samples will be determined using submitted field boring los and soil samples provided. d.Backfilling Borings. Payment for backfilling borings shall include all plant, labor, equipment and supplies needed to fill the completed borehole to the surface as described above. Payment will be made at the applicable contract unit price per lineal foot for the depth performed. e.Laboratory Testing. The Contractor shall furnish all equipment, software, supplies, and personnel to complete the testing and reporting of test results of these samples in an efficient and timely manner. The requirements for laboratory validation is considered incidental to the testing and no separate payment for validation of laboratories will be made. Payment will be made at the applicable contract unit price per test and the total will be determined using the Microsoft Excel spread sheet provided. f.Special Equipment for Access. The Contractor shall furnish all equipment, supplies and personnel to perform clearing required for access of drilling equipment. Payment will be made by the hour and shall be measured from the time the equipment is in use until it is no longer in use at the site. 7. Acceptance. The Contractor shall complete the project and submit all borings logs to the Government by 8 JUNE 2013. All information shall be submitted to the following addressee: ATTN: Nick Bidlack (Rm 734), Contracting Officer Representative U.S. Army Corps of Engineers, Memphis 167 North Main Street B202 Memphis TN 38103-1894 Table 1 Sampling Intervals Sample #From (ft.)To (ft.) 112.5 256.5 31011.5 412.514 51516.5 617.519 72021.5 822.524 92526.5 1027.529 113031.5 123536.5 134041.5 144546.5 155051.5 165556.5 176061.5 186566.5 197071.5 207576.5 218081.5 228586.5 239091.5 249596.5 2598.5100 Table 2 Assumed Drilling & Testing Quantities ITEMQTY.UNIT MOB. Drilling Equipment 0-200 MILES1 Each Special Equipment for Access10Hour 0'-30' depth (spt 5' intervals)2580 Linear Foot 30'-60' depth (spt 5' intervals)2580 Linear Foot 60'-100' depth (spt 10' intervals)3440 Linear Foot Additional Split Spoon Samples (0'-50')344 Each Additional Split Spoon Samples (50'-100')344 Each Borehole Backfill8600 Linear Foot Wet Sieve Analysis (C 117 & C 136)1892 Each Perdiem90 Man-days Table 3 Pilot Hole Boring Locations WELL NUMBERLEVEE BASELINE STATIONDISTANCE TO LEVEE BASELINE (FT.)LATITUDELONGITUDE *162A-NSR-1211/3+85260.737.245055-89.600624 *163A-NSR-1211/11+20316.537.244808-89.600025 *164A-NSR-1211/12+85251.937.244508-89.599460 *165A-NSR-1211/14+44200.637.244210-89.598890 1-NP4-124/52+05165.537.232083-89.706689 2-NP4-125/2+40165.837.232081-89.705664 3-NP4-125/5+35164.237.232088-89.704652 4-NP4-125/8+30164.337.232089-89.703639 5-NP4-125/11+30164.937.232090-89.702609 6-NP4-125/14+00166.137.232088-89.701681 7-NP4-125/16+70166.937.232088-89.700754 8-NP4-125/19+40167.137.232089-89.699827 9-NP4-125/21+50167.637.232089-89.699106 10-NP4-125/23+60167.437.232095-89.698380 11-NP4-125/25+70167.037.232103-89.697659 12-NP4-125/28+70166.137.232115-89.696629 13-NP4-125/31+30164.837.232127-89.695736 14-NP4-125/33+90163.037.232139-89.694844 15-NP4-125/35+80161.137.232150-89.694192 16-NP4-125/37+70158.637.232162-89.693540 17-NP4-125/39+60156.137.232175-89.692887 18-NP4-125/41+50154.137.232186-89.692235 19-NP4-125/42+80152.737.232193-89.691788 20-NP4-125/44+10151.437.232201-89.691342 21-NP4-125/45+40150.537.232207-89.690896 22-NP4-125/46+70150.437.232211-89.690449 23-NP4-125/49+05150.337.232219-89.689642 24-NP4-125/51+40150.037.232227-89.688836 25-NP4-126/1+80149.337.232235-89.688189 *These 4 pilot holes to be completed first before proceeding on to the remaining pilot holes. Table 3 (cont'd) Pilot Hole Boring Locations WELL NUMBERLEVEE BASELINE STATIONDISTANCE TO LEVEE BASELINE (FT.)LATITUDELONGITUDE 26-NP4-126/3+70148.737.232242-89.687537 27-NP4-126/5+60148.037.232250-89.686884 28-NP4-126/7+50146.137.232262-89.686232 29-NP4-126/9+20144.737.232271-89.685648 30-NP4-126/10+90145.837.232273-89.685064 31-NP4-126/12+60145.237.232282-89.684480 32-NP4-126/14+10146.737.232283-89.683965 33-NP4-126/15+60147.337.232287-89.683450 34-NP4-126/17+10148.037.232290-89.682935 35-NP4-126/18+60148.637.232294-89.682420 36-NP4-126/20+45148.537.232301-89.681785 37-NP4-126/22+30148.237.232309-89.681149 38-NP4-126/24+15147.937.232317-89.680514 39-NP4-126/25+80146.137.232329-89.679947 40-NP4-126/27+45144.537.232340-89.679381 41-NP4-126/29+10143.037.232350-89.678815 42-NP4-126/30+60143.737.232354-89.678300 43-NP4-126/32+10144.437.232357-89.677787 44-NP4-126/33+60145.537.232358-89.677272 45-NP4-126/35+10145.737.232362-89.676757 46-NP4-126/37+60146.537.232346-89.675927 47-NP4-126/40+10146.737.232314-89.675069 48-NP4-126/42+50145.937.232286-89.674246 49-NP4-126/44+90145.337.232257-89.673423 50-NP4-126/47+80145.137.232220-89.672428 51-NP4-126/49+90145.037.232194-89.671708 52-NP4-126/52+00143.137.232172-89.670988 53-NP4-127/0+50142.937.232141-89.670149 54-NP4-127/3+50142.537.232108-89.669086 Table 3 (cont'd) Pilot Hole Boring Locations WELL NUMBERLEVEE BASELINE STATIONDISTANCE TO LEVEE BASELINE (FT.)LATITUDELONGITUDE 55-NP4-127/6+50142.137.232074-89.668057 56-NP4-127/9+10141.837.232044-89.667165 57-NP4-127/11+70141.537.231992-89.666369 58-NP4-127/14+30140.937.231830-89.665499 59-NP4-127/16+90140.237.231669-89.664629 60-NP4-127/19+50139.537.231508-89.663760 61-NP4-127/22+10138.837.231346-89.662890 62-NP4-127/24+70138.137.231185-89.662019 63-NP4-127/27+30137.437.231025-89.661149 64-NP4-127/30+30136.537.230840-89.660146 65-NP4-127/33+30135.737.230655-89.659143 66-NP4-127/36+30135.037.230467-89.658140 67-NP4-127/39+30133.037.230283-89.657136 68-NP4-127/42+30131.237.230098-89.656133 69-NP4-127/45+30129.537.229979-89.655013 70-NP4-127/48+30133.637.229972-89.653983 71-NP4-127/51+30137.037.229966-89.652953 72-NP4-128/1+30140.337.229962-89.651929 73-NP4-128/4+30143.337.229960-89.650899 74-NP4-128/7+30145.037.229962-89.649868 75-NP4-128/10+30141.437.229977-89.648843 76-NP4-128/13+30139.837.229981-89.647812 77-NP4-128/16+30139.337.229982-89.646782 78-NP4-128/19+30138.837.229982-89.645752 79-NP4-128/21+60138.437.229985-89.644958 80-NP4-128/23+90138.037.229991-89.644169 81-NP4-128/26+2013837.229997-89.643379 82-NP4-128/28+50137.237.230002-89.642589 NOTICES TO CONTRACTOR A. The following documentation must be submitted with your quote for evaluation. 1.SF 1449, Solicitation, Offer and Award 2.Representations and Certifications 3.Schedule of prices 4.All amendments must be acknowledged B. Offerors ADDRESS - Prospective Offerors should indicate in the offer, the address to which payment and/or correspondence should be mailed, if such address is different from that shown for the bidder on Standard Form 1449 Block 17a. C. System for Award Management - By submission of a quote, the Offerors acknowledges the requirement that a prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this quote. Lack of registration in the SAM database will make Offerors ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or at: http://www.sam.gov. D. Service Contract Act- During the services performed for the resulting contracts, vendors must ensure they are following the applicable Wage Determinations as found at http://www.wdol.gov/sca. The applicable Wage Determinations for this solicitation; 2005-2311 R13. E. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on performance and price. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. 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 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-99 (Deviation) System for Award Management Registration; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred; FAR52.209-10 Prohibition on Contracting with inverted domestic corporations; FAR 52.211-16 Variation in Quantity; FAR 52.212-1 - Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -Commercial Items: 1. Past Performance a. Requesting three past performance reports demonstrating performance of this type of work. 2. Price Past performance is more important than price. FAR 52.212-3 Offeror Representations and Certifications; 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 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.217-8 Option to Extend Services; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 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 52.222-37 Employment Reports on Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-13 Contractor Policy 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 52.233-1 Disputes; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.233-2 Service of Protest; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-13 Bankruptcy; FAR 52.252-2 Clauses to Incorporate by Reference; DFAR 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items.; DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.203-3 Gratuities; DFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; Wage Determination 2005-2311 Revision 13.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-13-Q-0027/listing.html)
- Place of Performance
- Address: USACE District, Memphis (SEE STATMENT OF WORK) 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN02987478-W 20130215/130213235000-254e1311b41d48759a5141806ef9e166 (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 |