The RFP Database
New business relationships start here

INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL CORE DRILLING AND LABORATORY TESTING WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT, PUERTO RICO, U.S. VIRGIN ISLANDS, AND THE CARRIBEAN AREA


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of core drilling and geotechnical subsurface sampling via continuous and/or standard SPT techniques, large diameter coring within rock units, sonic drilling, vibracoring, field and in situ testing, geophysical site investigations, field and laboratory testing of materials (including construction Q/A testing), chemical analytical laboratory testing, site preparation, and establishing coordinate locations for projects located within the Florida boundaries of the Jacksonville District, Puerto Rico, U.S. Virgin Islands, and the Caribbean area. The primary purpose of this contract is to provide services for projects located in the geographic boundaries of the Jacksonville District on land, and on protected and unprotected water. Secondarily, the contract may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The Contractor will have the right to refuse orders for services to be performed outside of the geographic region of the Jacksonville District. Only the firm considered highly qualified will be awarded a contract. Indefinite delivery contract will be negotiated and awarded from this solicitation with subsequent work issued by negotiating firm-fixed price task orders. This announcement will result in one contract to a highly qualified business firm. Criteria used in allocating task orders among contract include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. The contract will be a period of one year from date award, with options to extend for four additional years, not to exceed a total of five years. While the estimated dollar amount per year is $1,800,000.00, the actual obligation per year may be greater than or less than $1,800,000.00. Maximum order limit is $9,000,000.00 for the life of the contract, including options.

2. PROJECT INFORMATION: The work will primarily consist of geotechnical core drilling and geotechnical subsurface sampling via continuous and/or standard SPT techniques, large diameter coring within rock units, sonic drilling, vibracoring, field and in situ testing, geophysical site investigations, field and laboratory geotechnical testing of materials (including construction Q/A testing), chemical analytical laboratory testing, site preparation, and establishing coordinate locations.


3. SELECTION CRITERIA: The selection criteria for this particular project is listed below in descending order of importance. Criteria in paragraphs A through E are primary. Criteria F and G are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal.


FACTORS FOR EVALUATION IN DESCENDING ORDER OF IMPORTANCE ARE:


A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The firm shall demonstrate specialized experience and expertise either in-house or through association with a qualified sub-contractor(s).



(1) DRILLING
Firms shall clearly demonstrate specialized experience and expertise in the following field data collection procedures: Standard Penetration Testing (SPT); rock coring; sonic drilling; vibracoring; wash probing; undisturbed sampling; test pits; monitoring well and piezometer installations. Firms shall clearly demonstrate specialized expertise in varied field conditions including: upland, swamp (partially inundated or tidally inundated), on water, and unusual or difficult access situations. Firms must demonstrate experience obtaining site access (rights of entry, site clearing, and heavy equipment operation); and establishing coordinate locations (horizontal and vertical) on land and on water.


(2) GEOTECHNICAL LABORATORY TESTING
Firms shall clearly demonstrate specialized experience and expertise in the following laboratory analyses: Index Testing (grain size distribution, carbonate content, Atterberg limits, moisture content, specific gravity, and organic content); triaxial tests; consolidation; compaction tests; permeability tests; and unconfined compressive strength testing. The lab shall be a Corps validated lab located within 30 miles of the Jacksonville Corps of Engineers District Office and a Corps validated lab within Puerto Rico, U.S. Virgin Islands and the Caribbean.


(3) IN SITU AND FIELD TESTING
Firms shall clearly demonstrate specialized experience and expertise in the following in situ and field data collection procedures: Cone Penetration Testing (CPT); other in situ and field data collection procedures (Dilatometer Testing (DMT), Vane Shear Testing (VST), and Pressuremeter Testing (PMT)); field data collection procedures (recharge tests, slug tests, percolation tests); and aquifer testing (drawdown (specific capacity), well casing pressure, Aquifer Performance Tests (APT)).


(4) GEOPHYSICAL INVESTIGATIONS
Firms shall clearly demonstrate experience in the following geophysical methods and technologies: seismic (reflection, refraction, crosshole, and tomography); electrical (self-potential, resistivity, and induced polarization); ground penetrating radar (GPR); and borehole logging (spontaneous potential, resistivity, electrical, natural gamma, gamma-gamma, neutron, caliper, temperature, flow meter, sonic, and borehole camera).


(5) CHEMICAL ANALYTICAL LABORATORY TESTING
Firms shall clearly demonstrate, either in-house or through association with qualified subcontractors, specialized experience and expertise in the following: chemical analytical laboratory testing (microbiological, organic, inorganic, and radiochemical analyses). Chemical analytical laboratory facilities must demonstrate participation in the NELAP program and be accredited by the State of Florida's accrediting authority, Department of Health, for the methods, analyses, and matrices grouped above. Chemical analytical laboratory facilities must demonstrate experience working with the Florida Department of Environmental Protection (FDEP) and utilizing QA/QC Data Validation Software-ADaPT Electronic Data Deliverables (AEDD).


B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education, training, registration, and certifications. Note: one individual possessing the required expertise of more than one discipline is acceptable but the resume must clearly demonstrate meeting the required length of experience of each discipline. The firm must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience and knowledgeable in the geology of Puerto Rico, U.S. Virgin Islands, and the Caribbean Area, to perform the work in the required time.


(1) Registered Professionals: Key personnel must have a bachelors or masters degree from an accredited university in geology, physical science, engineering, geomatics, land surveying, or related field. Key personnel must have a professional license in Geology, Engineering or Land Surveying. The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines: a registered geologist (1 - 5 years of recent experience), a registered geotechnical engineer (1 - 5 years of recent experience), and a registered surveyor (1 - 5 years of recent experience).


(2) Other Professionals: The minimum number of key personnel required and minimum years experience is shown in parentheses for the following discipline: drillers (2 - 3 years of recent experience).


C. EQUIPMENT AVAILABLE TO THE FIRM: Firms must have all necessary drilling equipment, including but not limited to: drill rigs; amphibious or track-mounted drill rigs; floating plant for protected waters; in situ testing equipment; geophysical equipment; and survey equipment. Firms must indicate whether the equipment is owned or leased. For drill rigs, firms must indicate whether drill rigs are equipped with automatic or manual hammers.


D. CAPACITY TO ACCOMPLISH THE WORK: Firm, and/or the sub-contractor, must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates. The Prime firm shall clearly demonstrate at least minimal drilling capabilities of one drill rig, an experienced drill crew, and at least one recent project example.


E. PAST PERFORMANCE: Firm, and/or the sub-contractor, must provide relevant past performance in the accomplishment of similar work. Firm must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span. Submit information for all relevant contracts and subcontracts started or completed within the past 5 years measured from the date of synopsis. Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control and timeliness of work will be reviewed. Past DOD experience data available to the Government through Contractor Performance Assessment Reporting System (CPARS) will also be evaluated. Other credible, documented information on past performance should be considered, except for adverse performance information to which the firm has not had an opportunity to respond.


THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: F. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. G. GEOGRAPHIC LOCATION OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida will be given preference, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.


SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit three (3) copies of the SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), three (3) separate copies of SF 330, Part II, for the firm or joint venture and each subcontractor and one (1) cd containing an electronic version of all the proposal documents. Submittal packages must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on MM DD, YYYY. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The NAICS code is 541330. Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-CT, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-CT, P.O. Box 4970, Jacksonville, FL 32232-0019. If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a driver's license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offers should call the contract specialist whose name appears in the procurement and asks the specialist to send someone to the security desk to take possession of the offer. This is not a request for priced proposal. You must be registered in the System for Award
Management (SAM) website at h t t p s : / / w w w . s a m . g o v / in order to be eligible to receive an award from this solicitation. Call 866-606-8220 for more information or visit the SAMs website at http://www.sam.gov. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via email. Inquiries and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered.


A pre-proposal teleconference will be held on June 11, 2019, beginning at
0900. To participate in the teleconference call 888-363-4735 (toll free),
access code: 8904273, password 0900. Due to limited ports, the
teleconference is being held only for those firms interested in this
specific work. The pre-proposal slideshow, attendance roster, and Q&A will
be posted as an attachment to the combined synopsis/solicitation, after the
teleconference has concluded.


Contracting Office Address:
US Army Corps of Engineers, Jacksonville District
P.O. Box 4970
Jacksonville, Florida 32232-0019 United States


Place of Contract Performance:
US Army Corps of Engineers, Jacksonville District
701 San Marco Blvd
Jacksonville, Florida 32207
United States


Point of Contact(s):
Primary Point of Contact:
Elton Thompson, Contract Specialist
Elton.D.Thompson@usace.army.mil
Phone: (904) 232-3648



Secondary Point of Contact:
Katrina Denson, Contracting Officer
Katrina.L.Hillsdenson@usace.army.mil
Phone: (904) 232-1143


 


Elton D. Thompson, Contract Specialist, Phone 9042323648, Email Elton.D.Thompson@usace.army.mil - Katrina Hills-Denson, Contracting Officer, Phone (904) 232-1143, Email Katrina.L.Hillsdenson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP