Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOURCES SOUGHT

99 -- Geotechnical Services

Notice Date
2/7/2024 9:54:34 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
MSTS � DOE CONTRACTOR North Las Vegas NV 89030 USA
 
ZIP Code
89030
 
Solicitation Number
427350-NR-24
 
Response Due
2/22/2024 2:00:00 PM
 
Archive Date
02/22/2024
 
Point of Contact
Nancy Ramos
 
E-Mail Address
ramosn@nv.doe.gov
(ramosn@nv.doe.gov)
 
Description
Request for Information Background The Nevada National Security Site (NNSS) is a U.S. Department of Energy (DOE) installation, operated by Mission Support and Test Services (MSTS, referred to from here forward as CONTRACTOR), comprising approximately 3,561 square kilometers (1,375 square miles) of federally owned land located in southeastern Nye County, Nevada.� It is located approximately 105 kilometers (65 miles) northwest of Las Vegas, Nevada, and is accessed from U.S. Highway 95, which roughly forms the southern boundary of the site. The CONTRACTOR also operates the North Las Vegas Facility (NLV); the Remote Sensing Lab at Nellis AFB, North Las Vegas, NV (RSLN); the Remote Sensing Lab at Andrews AFB, Maryland (RSLA); Special Technologies Lab at Santa Barbara, CA (STL); Livermore Operations at Livermore, CA (LO); and Los Alamos Operations at Los Alamos, NM (LAO). Instructions The purpose of this notice is to perform SOURCES SOUGHT/MARKET RESEARCH for GEOTECHNICAL SERVICES. This is NOT a solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. RESPONSES REQUESTED FROM ALL INTERESTED FIRMS. This is for market research to determine if there are any vendors, regardless of business size, that can support CONTRACTOR in providing Geotechnical Services.� There is no Request for Proposal document at this time.� Firms interested in this potential opportunity, please email your information to Nancy Ramos at RAMOSN@nv.doe.gov by 2:00 pm PDT on February 22, 2024.� Direct all questions by email to Nancy Ramos at RAMOSN@nv.doe.gov by 2:00 pm PDT on February 14, 2024. This survey is issued solely for information and planning purposes and does not constitute a solicitation.� Responses will become property of CONTRACTOR upon receipt.� CONTRACTOR will not compensate a responder for providing information.� Requirement General: SUBCONTRACTOR shall provide up to five years of surface and subsurface soil sampling, data collection, analysis, and reporting to the CONTRACTOR. During the performance period, Task Orders are issued with specified scope of work requirements for completion. Detailed Requirements: The SUBCONTRACTOR shall perform geotechnical engineering services consisting of: Surface and subsurface investigation to collect soil and geological information. Drilling equipment and labor shall be provided for hands on activities to collection of core samples up to six (6) inches in diameter using a hollow stem auger and up to one hundred (100) feet in depth, as specified in individual task orders. Collection, handling, packaging, labelling, and transportation of soil samples. Laboratory testing of soil samples. Laboratory testing on remolded soil samples. Logging of boreholes and field testing to include, at a minimum, standard penetration testing. Analysis of data and preparation of a Geotechnical Report. SUBCONTRACTOR shall prepare and submit Geotechnical Reports, which shall include, but not limited to: Summary, Conclusions, and Recommendations Geologic Conditions to include faulting, seismicity, and hydrology. Seismic Considerations including any ground faults in the vicinity and site class for seismic design. Soil Classifications Grain Size Distribution Curves Borehole Logs and Standard Penetration Testing (SPT) results Groundwater Levels, if encountered Laboratory Test results Angles of internal Friction (effective and total) and Cohesion values Coefficient of Sliding Friction - concrete to soil Active, Passive, and At-Rest Soil Pressure coefficients and pressures Additional pressure due to seismic Subgrade Modulus Collapse or Swelling properties of the soils, and recommendations to mitigate these effects. Total and Differential Settlements expected. Net Allowable Effective and Total Bearing Pressures, including increases for wind/seismic loads. Recommendations regarding Foundation Types and Depths Excavation considerations including slope stability. Recommendations for Cut and fill slopes. Recommendations for Slabs on Grade PH, Sulphate, Chloride, Magnesium, and other Chemical Aggressivity/Corrosivity of soil groundwater to concrete and buried services. Depth of Frost Line and evaluation of Frost Susceptibility and Frost Heave, and associated Foundation Recommendations Recommendations for general and structural fill and evaluation of in-situ soils for these uses. Recommendations for site preparation to include clearing and grubbing, grading and filling, erosion and drainage. Geotechnical Reports shall be prepared, and Professional Engineer (PE) stamped by the appropriate licensed design professionals who performed or directly supervised the work and are licensed in Nevada to perform such work. Engineering properties used and sources shall be listed. All equations, loadings, and assumptions shall be shown with reference to their source and applicability/justification for use. Recommendations for roadway and parking lot construction. General Requirements: SUBCONTRACTOR shall provide personnel necessary to perform the technical services requirements within this CONTRACTOR statement of work and including equipment, supervision, personnel, and transportation as necessary to satisfactorily perform technical support services for CONTRACTOR. The CONTRACTOR will specify applicable compliance standards in the order requirements. SUBCONTRACTOR shall be responsible for verification of all measurements, regulatory criteria, and equipment. CONTRACTOR will assign a Subcontractor Technical Representative (STR) for the subcontract. The STR will serve as the point of contact to the SUBCONTRACTOR on all technical matters and coordination of all work performed by the SUBCONTRACTOR. CONTRACTOR will coordinate required access to areas to receive geotechnical services. SUBCONTRACTOR shall survey and mark locations where samples will be taken. SUBCONTRACTOR, with assistance from CONTRACTOR, will prepare required activity level work documents as needed by site procedure for performance of sampling activities. CONTRACTOR will coordinate and obtain necessary penetration permits to facilitate work by SUBCONTRACTOR. Laboratory Requirements: SUBCONTRACTOR shall have resources available to perform all areas of geotechnical engineering work along with appropriate resources associated with laboratory testing of soil samples. The laboratory test results, and final report shall be sealed by a PE licensed in the state of Nevada. Report Delivery Phases: SUBCONTRACTOR shall provide data, reports, and other supporting documentation to the CONTRACTOR subcontract technical representative (STR) according to the following: SUBCONTRACTOR shall provide a draft Geotechnical Report in accordance with task scope of work requirements. CONTRACTOR will review and comment on the draft report. SUBCONTRACTOR shall respond and incorporate any comments received from the CONTRACTOR and provide the completed report for final review prior to the application of Professional Engineer seal/signature. Final Submittal of Geotechnical Report - SUBCONTRACTOR shall provide the signed/sealed Final Geotechnical Report. Capabilities Questionnaire SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY shall include the following: 1) Your intent to submit for this project when it is formally advertised. 2) Name of firm with address, phone and point of contact. Indicate whether or not your firms is a U.S. firm or a foreign firm. 3) CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. 4) Business size and socioeconomic status, as applicable. 5) Firm's Bonding Capacity - single and aggregate capability. 6) Contract data sheet identifying your recent and relevant experience that would qualify your firm to perform the specified type of work and meet the requirements stated in the �Requirements� section.� Submit no more than three (3) past completed projects within the past seven (7) years from the date of this Sources Sought for which your firm performed work.� Provide any additional information to further substantiate the capabilities of your firm to perform the specific type of work that this project involves. For example, provide any issues and risks that the CONTRACTOR should be aware of.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c293ae1117a4f38a37fcd0e9cdbb616/view)
 
Place of Performance
Address: Las Vegas, NV 89193, USA
Zip Code: 89193
Country: USA
 
Record
SN06958867-F 20240209/240207230052 (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.