Search Contract Opportunities

Blanket Purchase Agreement - Engineering Testing and Inspections Services   10

ID: W912P820Q0026 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

UNRESTRICTED PROCUREMENT WITH A RESERVE FOR SMALL BUSINESS SET-ASIDE CONCERNS: 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. NAICS Code: 541380.

The U.S. Army Corps of Engineers, New Orleans District, has a requirement for Engineering Testing and Inspections Services. This requirement is being issued as Unrestricted with a Reserve for Small Business Set-Aside concerns under Request for Quote (RFQ) No. W912P820Q0026, and is being procured as a Blanket Purchase Agreement (BPA) under FAR Part 13.303. The Government anticipates awarding one or more five (5) year BPAs from this solicitation from which future BPA calls will be placed against. BPAs will be awarded to the responsible offerors whose offer conforms to the solicitation and has the lowest reasonable price. Each BPA will have an estimated $1,000,000.00 ceiling.

Inspection and test methods for this BPA program include but are not limited to the following services and test methods:

SOILS TESTING

ASTM D-698 Standard Laboratory Compaction Characteristic (Moist Prep Proctor)

ASTM D-698 Standard Laboratory Compaction Characteristic (1 Point Moist Prep Proctor)

ASTM D-854 Specific Gravity

ASTM D-1140 Amount of Material in Soils Finer than No. 200 (75 um) Sieve

ASTM D-1556 Density of Soil by Sand Cone Method

ASTM D-1557 Modified Laboratory Compaction Characteristic (Moist Prep Proctor)

ASTM D-2166 Unconfined compression tests

ASTM D-2216 Water (Moisture) Content of Soil and Rock by Mass (Oven)

ASTM D-2487 Soil Classification

ASTM D-2974 Organic Soils Test

ASTM D-4253 & ASTM D-4254 Relative Density Maximum & Minimum

ASTM D-4318 Liquid and Plastic limits test

ASTM D-4643 Water (Moisture) Content of Soil and Rock by Mass (Microwave)

ASTM D-6913 Grain size analysis - sieve only

ASTM D-6938 Density of Soil by Nuclear Method

CONCRETE TESTING

ASTM C-39 Compressive Strength of Cylindrical Concrete Specimens

ASTM C-117 Materials Finer than No. 200 Sieve in Aggregates by Washing

ASTM C-136 Sieve Analysis of Fine and Coarse Aggregates

ASTM C-190 Compressive Strength of Hydraulic Mortars Cube Specimens

ASTM C-295 Petrographic Analysis of Aggregates

ASTM C-856 Petrographic Analysis of Concrete/Mortar

ASTM C-1202 Rapid Chloride Permeability

ASTM E-488 Concrete Anchor Pull test

GENERAL TESTING

ASTM E-94 Radiographic Testing

ASTM E-164 Ultrasonic Testing

ASTM E-165 Liquid Penetrant Testing

ASTM E-709 Magnetic Testing

Discontinuity (Holiday) Coating Test

Coating Thickness Test

Eddy Current Machine

Holiday Test Equipment

Bolt Torque Wrench (Calibrated)

A370, A615 Tension of Metallic Materials (Reinforcing Bars)

A370, A615 Bend Test of Metallic Materials (Reinforcing Bars)

Noise & Vibration monitoring with equipment

Vibration monitoring with equipment

Analytical Testing

PROFESSIONAL, OFFICE, FIELD

Project Manager

Project Engineer

Civil Engineering Technician

Secretary

ACI/ICC Reinforced/Prestressed Concrete Special Inspector

ICC/Senior Soils Special Inspector

Structural Steel & Bolt Special Inspector

AWS Certified Welding Inspector - Level II

ASNT/NDT Technician Level III

ASNT/NDT Technician Level II (non CWI)

3-Person conventional survey party

2-Person GPS survey party

2-Person GPS RTK Survey Party

Party Chief

Surveying Aid (Chain person)

Instrument person

Rod person / chain person

Vehicle (sedan / pickup)

Materials, Rental Equipment & 3rd Party Services

Mileage

Per Diem Lodging

Per Diem Meals

Travel

For work that involves aggregates, concrete, masonry, rock or soil the Engineering Testing and Inspection firm shall, at its own expense, obtain and maintain validation as an approved testing laboratory by the Materials Testing Center (MTC) of the Engineering Research and Development Center (ERDC). This shall be done in accordance with ER 1110-1- 8100 and ER 1110-1-261.

MTC maintains the database of currently validated laboratories at the following website, which is updated as changes occur:

http://www.wes.army.mil/SL/MTC/mtc.htm

For work that involves vibration, steel, steel reinforcing bars, coatings inspections and other specialized construction material testing and inspection the Engineering Testing and Inspection firm should maintain personnel, procedures and equipment that meet applicable industry standards.

SPECIFICATIONS

The material tests shall be ordered by Contract Officers or Authorized Call Officers from an Engineering Testing and Inspection firms that has been validated by the Materials Testing Center (MTC) and/or has the applicable qualifications for the services requested. The laboratory will inform the Call Officer of its ability to conduct the required tests at the specified location and time. If the laboratory is unable to perform the request, the Call Officer will utilize another Engineering Testing and Inspection firm.

Engineering Testing and Inspection firms shall reference the current New Orleans Construction Control Manual for procedures on specific testing/inspection procedures. Laboratories shall expedite tests ordered by the Call Officers (indicated by the appropriate request form) in a professional and reasonable time frame to prevent test results from adversely impacting the project schedule. If test methods require additional time to complete, the Engineering Testing and Inspection manager shall contact the Call Officers to discuss the anticipated completion time frame.

AUTHORIZED CALLERS

Warranted contracting officers and authorized individuals of the New Orleans District may place individual Calls against this BPA to place orders for less than $25,000.00 per call. Only authorized individuals are authorized to place orders (calls) under this BPA, and the Contractor shall not accept, nor is the Government liable, for payment of orders made by anyone other than authorized individuals. Any changes in the names of the authorized individuals shall be made only by the Contracting Officer.

The list of authorized Call Officers will be available upon issuance of award.

The following FAR Clauses apply to this acquisition:

FAR 52.202-1 Definitions

FAR 52.203-6 Restrictions on Subcontractor Sales To The Government

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

FAR 52.204-7 System for Award Management;

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-19 Incorporation by Reference of Representations and Certifications

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;

FAR 52.212-1 Instructions to Offerors - Commercial Items;

FAR 52.212-3 Offeror Representations and Certifications

FAR 52.212-4 Contract Terms and Conditions - Commercial Items;

FAR 52.214-22 Evaluation of Bids For Multiple Awards

FAR 52.219-1 Small Business Program Representations

FAR 52.219-7 Notice of Partial Small Business Set-Aside

FAR 52.219-8 Utilization of Small Business Concerns

FAR 52.219-9 Small Business Subcontracting Plan (Deviation 2018-O0018) Alternate I

FAR 52.219-13 Notice of Set-Aside Orders

FAR 52.222-3 Convict Labor;

FAR 52.222-17 Nondisplacement of Qualified Workers

FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies

FAR 52.222-21 Prohibition of Segregated Facilities;

FAR 52.222-22 Previous Contracts and Compliance Reports

FAR 52.222-26 Equal Opportunity;

FAR 52.222-36 Affirmative Action for Workers with Disabilities;

FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act;

FAR 52.222-50 Combating Trafficking in Persons;

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving;

FAR 52.225-1 Buy American - Supplies

FAR 52.225-13 Restrictions on Certain Foreign Purchases;

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications

FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management;

FAR 52.233- 3 Protest After Award;

FAR 52.233-4 Applicable Law for Breach of Contract Claim;

FAR 52.246-4 Inspection Of Services Fixed Price

FAR 52.246-25 Limitation Of Liability Services

FAR 52.249-8 (Fixed-Price Supply & Service)

The full text of these FAR clauses can be accessed electronically at website: http://www.acquisition.gov

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - Alternate II and the following clauses cited within that clause:

FAR 52.252-2 Clauses Incorporated By Reference

The following DFARS Clauses are also applicable to this acquisition:

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.225-7001 Buy American and Balance of Payments--Basic

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;

DFARS 252.232-7010 Levies on Contract Payments;

DFARS 252.243-7001 Pricing Of Contract Modifications

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Transportation of Supplies by Sea

The full text of these DFARS clauses can be accessed electronically at website: http://www.acquisition.gov.

QUOTATION DUE DATE:

Written quotes must be received no later than 21 August 2020 at 12:00 pm, CST. Quotes should be e-mailed to anedra.a.baldwin@usace.army.mil. Offerors must be registered at the time of offer submission with the System for Award Management (SAM) to receive a Government contract award. You may register online at https://www.sam.gov/.

Overview

Response Deadline
Aug. 25, 2020, 1:00 p.m. EDT (original: Aug. 21, 2020, 1:00 p.m. EDT) Past Due
Posted
July 31, 2020, 10:50 a.m. EDT (updated: Aug. 14, 2020, 8:52 a.m. EDT)
Set Aside
None
Place of Performance
New Orleans, LA 70118 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Vehicle Type
Blanket Purchase Agreement
On 7/31/20 USACE New Orleans District issued Synopsis Solicitation W912P820Q0026 for Blanket Purchase Agreement - Engineering Testing and Inspections Services due 8/25/20. The opportunity was issued full & open with NAICS 541380 and PSC H156.
Primary Contact
Name
ANEDRA A BALDWIN   Profile
Phone
(504) 862-1754

Documents

Posted documents for Synopsis Solicitation W912P820Q0026

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912P820Q0026

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912P820Q0026

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912P820Q0026

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912P820Q0026

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912P820Q0026

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912P820Q0026

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST N ORLEANS
FPDS Organization Code
2100-W912P8
Source Organization Code
100221391
Last Updated
Sept. 9, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 9, 2020