Seepage Barrier QA Services
Sources Sought Synopsis The U.S. Army Corps of Engineers (USACE), Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an i... Sources Sought Synopsis The U.S. Army Corps of Engineers (USACE), Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a Seepage Barrier Quality Assurances (QA) Services. This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Respondents will not be notified of the results of the evaluation. The contractor(s) shall provide this service using a Multiple Blanket Purchase Agreement (BPA). This BPA outlines the basic services to be performed in a broad nature and each BPA Call Order issued will expand the services to be accomplished that will be unique to each project. The result of this market research will contribute to determining the method of procurement the applicable North American Industry Classification System (NAICS) code assigned to this procurement is NAICS code 541990 and size standard is $16.5 Million. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. USACE requires a non-personal services contract to provide QA services for cutoff wall installation projects to monitor the construction contractors’ progress and document compliance with the plans, specifications and ancillary documents. The contractor shall report findings to the COR. These services are to be performed during the construction phase of the projects. The contractor must be knowledgeable about specialty design and construction methods (including, but not limited to the methods discussed above), seepage barrier mix designs (including, but not limited to the materials discussed above), and the effects of specific geologic conditions (such as soil containing cobbles and boulders, in situ rock with varying degrees of weathering, peat, fine sands, silt, and clay) on seepage barrier construction and performance. The goal of all work performed by the contractor will be to provide technical findings to the Government, for the Government’s use in rendering a final technical assessment and decision. Provide technical support to the Government, corresponding to all aspects of seepage barrier design, construction, and performance evaluation. The work will include, as a minimum: evaluating seepage barrier design requirements; performance requirements and performance test results; technical review of quality control data and technical reports/documents; and providing engineering during construction support, including conducting site visits and participating in meetings, with the goal of providing technical reports of findings to the Government. Perform reviews of installation parameters monitored and recorded in real-time by data management systems B-Tronic, Drilling Mate System (DMS), and Jean Lutz LT3. Participate in meetings, teleconferences, and site visits; evaluate and analyze construction generated quality control data and provide reports of findings; evaluate and analyze cutoff wall demonstration sections (aka, trial sections, test sections or similar nomenclature), and monitor ongoing production work; perform data collection; and prepare and/or vet post-construction completion reports. Work to be performed does not fall under the Brooks Act. Under this contract, the contractor is prohibited from performing architect-engineer type services which require professional registration or design related services, which require supervision by a registered professional. The contractor is prohibited from performing survey or mapping services associated with architect-engineer type planning, development construction, design, or alteration of real property. Firm’s response to this Synopsis shall be limited to (5) pages and shall include the following information: Firm’s name, address, point of contact, phone number, website, and email address. 2. Firm’s interest in bidding on the solicitation when it is issued. 3. Firm’s capability to perform a contract of this magnitude and complexity. Include firm’s capability to execute comparable work, as listed below, performed within the past (5) years: Evaluating seepage barrier design requirements; performance requirements and performance test results. Provide technical review of quality control data and technical reports/documents; and providing engineering during construction support, including conducting site visits and participating in meetings, with the goal of providing technical reports of findings to the Government. Perform reviews of installation parameters monitored and recorded in real-time by data management systems B-Tronic, Drilling Mate System (DMS), and Jean Lutz LT3. Participate in meetings, teleconferences, and site visits; evaluate and analyze construction generated quality control data and provide reports of findings. Evaluate and analyze cutoff wall demonstration sections (aka, trial sections, test sections or similar nomenclature), and monitor ongoing production work; perform data collection; and prepare and/or vet post-construction completion reports. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project – a maximum of three (3) examples. 4. Firm’s Business category and Business Size –Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable – existing and potential. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All responses to this source sought /market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought by 17 July 20 at 9:00 A.M EST. If you have, any questions concerning this Sources Sought please contact: Chad Manson at (904) 232-3420 or by email at Chad.d.Manson@usace.army.mil , or Gerald Garvey at (904) 232-3055 or by email at Gerald.l.Garvey@usace.army.mil . You must be registered with the Beta Sam Gov order to receive a Government contract award. To register go to www.beta.sam.gov.
Data sourced from SAM.gov.
View Official Posting »