Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOLICITATION NOTICE

R -- Geotechnical Drilling Outside Continental U.S.

Notice Date
3/17/2020 10:52:40 AM
 
Notice Type
Presolicitation
 
NAICS
213115 — Support Activities for Nonmetallic Minerals (except Fuels) Mining
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
PANMVD20P0000000362
 
Response Due
4/1/2020 8:00:00 AM
 
Archive Date
04/16/2020
 
Point of Contact
Whitney R. Dee, Phone: 3143318621
 
E-Mail Address
whitney.r.dee@usace.army.mil
(whitney.r.dee@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ACTION: Pre-Solicitation Synopsis DATE: 17 March 2020 CONTRACTING OFFICE ADDRESS: 1222 Spruce Street, St. Louis, MO 63104 POINT OF CONTACT: Whitney Dee, Contract Specialist, whitney.r.dee@usace.army.mil PROPOSED SOLICITATION NUMBER: W912P920R0022 SUBJECT: Geotechnical Drilling for Exploration, In Situ Testing, Piezometer Installations, Relief Well Pumping Tests, and Laboratory Testing PLACE OF CONTRACT PERFORMANCE: Puerto Rico and other U.S. Caribbean Islands SET-ASIDE STATUS: Total Small Business Set-Aside TYPE OF PROPOSED CONTRACT: firm fixed price, multiple award task order contract (MATOC), indefinite delivery indefinite quantity (IDIQ) PERIOD OF PERFORMANCE: one year from date of award plus four one-year option periods (base + 4 options) GUARANTEED MINIMUM: $10,000.00 PRODUCT OR SERVICE CODE (PSC): R425 � Support-Professional: Engineering/Technical NAICS AND SIZE STANDARD: The North American Industry Classification System (NAICS) code for this is effort is 213115, Drilling services for nonmetallic mineral (except fuels) mining on a contract basis. The Small Business Administration size standard for this NAICS is $8,000,000 annual average receipts (total or gross income) over the past three years. DESCRIPTION: The U.S. Army Corps of Engineers, St. Louis District intends to issue a Request for Proposal (RFP) solicitation for Geotechnical Drilling which includes Exploration, In Situ Testing, Piezometer Installations, Relief Well Pumping Tests, and Laboratory Testing. Geotechnical Exploration - The purpose of the work specified herein is to provide information for the evaluation of subsurface conditions. Such information is dependent on accurate logs of the subsurface conditions and characteristics, the recovery of the highest percentage of sample possible, and the recording of natural conditions such as water levels. Access to sites to include clearing of overgrowth, brush or trees, drilling equipment, water for drilling, and repair of damage to exploration sites necessitated by access and/or the drilling process shall be part of the requirements. The amount of drilling and sampling, which actually will be required is unknown and will be governed by conditions encountered as the work progresses. In Situ Testing - Electronic Piezocone Penetrometer testing shall be performed by methods and procedures consistent with ASTM D 5778, using a standard Electronic Piezocone Penetrometer. Testing shall include all plant, equipment, and personnel necessary to accomplish the work. Test results shall be furnished in a neat and concise format upon completion of the work. The electronic data format shall be approved by the Government prior to performing Piezocone testing. Laboratory Testing - The work consists of laboratory testing of soil and rock samples, obtained by the Contractor's drill crew. The Contractor�s OCONUS location 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 (MTC) for the Corps of Engineers upon award of the contract., and shall maintain it�s validation for the duration of the contract. A list of current validated testing laboratories can be viewed at: http://mtc.erdc.dren.mil/searchvalidation.aspx The Contractors selected for this work shall have the capability and experience to supply the necessary plant, equipment, manpower, materials, and supplies to permit land-based or overwater drilling, sampling and other services to a maximum depth of 150 feet below the working surface. SOLICITATION: The solicitation is expected to be available on or about 1 April 2020. For changes to the issue date or any other changes to the information in this synopsis, potential offerors are responsible to check the information at www.beta.sam.gov/. This solicitation package will be posted on Beta SAM, which can be accessed at www.beta.sam.gov/. Paper copies of this solicitation and its amendments will not be available or issued. Electronic copies are not permitted for the bid. The proposal submission date and time will be contained in the solicitation package. Telephone, written, facsimile, or e-mail requests for the solicitation package or the Interested Vendor List will not be honored. Potential offerors MUST register at www.beta.sam.gov/, in order to receive notification and/or changes to the solicitation. The Interested Vendor List will be activated and may be accessed and printed from this web site. Prospective offerors who would like their company name included on the Bidders Mailing List (plan holders list) may do so on the Beta SAM website under Interested Vendor List. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for proposal preparation costs. SYSTEM FOR AWARD MANAGEMENT (SAM.gov): Be advised that all interested parties MUST be registered in the System for Award Management (SAM) Database at https://www.sam.gov, in order to receive a contract award. (NO RESPONSE NEEDED)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7c9670a9ad34001ae55f1acb2eea2c7/view)
 
Record
SN05591266-F 20200319/200317230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.