United States - Environmental Sampling for Dredging in Pool

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
13 May 2019
Opportunity publication date
02 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 01, 2019 9:24 am

This is a combined synopsis/solicitation for services 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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G519Q0530 is issued as a request for quotation. applicable NAICS code is 541380 (Testing Laboratories) and the size standard is $15M.

The Saint Lawrence Seaway Development Corporation (SLSDC or Corporation) plans to dredge two of its operating areas in the Wiley-Dondero navigation canal which is part of the Saint Lawrence Seaway. There are two discrete sites in the Wiley-Dondero Canal to be dredged, both of which are outside the boundaries of the navigation channel. One is a mooring/operating area located at the downstream end of the Eisenhower Lock downstream approach wall and is shown on attached drawing SLS-326-289.  The other site is a tug mooring area located at the SLSDC Marine Base at 251 Fregoe Road, Massena, NY and is shown on attached drawing SLS-340-79.

The SLSDC is soliciting offers for this work in accordance with the following:
Perform fourteen (14) environmental and or geotechnical test borings of the pool bottom at the two sites as follows: three (3) borings at the Eisenhower Lock site and eleven (11) borings at the Marine Base site. The borings will be carried below the channel bottom interface ("mud line") at least six (6) feet at the Marine Base site and four (4) feet at the Eisenhower Lock site. Sampling and geotechnical classification will be performed at all boring locations, and thirteen (13) of the boring locations will also require sampling and environmental analyses per the New York State Department of Environmental Conservation (NYSDEC) Division of Water Technical and Operational Guidance Series (TOGS) 5.1.9. "In-Water and Riparian Management of Sediment and Dredged Material" at the rate of one composite sample per boring.  The report shall provide the results of all testing and analyses and in the case of the environmental analyses, a comparison with the NYSDEC TOGS limits for the pertinent parameters.
Floating plant is required to access the boring locations. Standard geotechnical and environmental drilling and sampling methods will be used.  In addition, it may be necessary to advance borings through dense glacial till and/or boulders.

*BID SCHEDULE, WORK STATEMENT, SPECIFICATIONS AND CONTRACT AND REFERENCE DRAWINGS
Electronic copies of the Bid Schedule, Work Statement, Specifications and Contract and Reference Drawings are furnished as attachments. The work shall conform to the attached contract drawings that form a part of these specifications. The Bid Schedule and all submittals shall be complete and submitted by the response date and time to be considered for award. 

*SUBMITTALS
1.) Work plan describing the methods that will be employed to complete the work.
-The work plan shall include; how QA/QC requirements will be met and shall the property, plant equipment to be utilized in completing the work.
-The work plan shall include chain of custody for samples collected.
2.) Certifications for the laboratory that will be doing the environmental analyses.
-Certification shall be by New York State Department of Health (ELAP) certification, as is required in the Work Statement.
3.) The offeror shall submit two references for work of a similar nature and scope performed in the last five years.

Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov.
This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items and FAR Provision 52.212-1, Instructions to Offerors.
52.212-2 -- Evaluation -- Commercial Items
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1.         Price
2.         Technical Acceptability
3.         Paste performance
Technical Acceptability and Past Performance, when combined, are equal to price.
SLSDC intends to award a FIXED PRICED CONTRACT, in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process.  Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability is comprised of meeting the requirements as outlined in the schedule/statement of work and adherence to the delivery schedule in the solicitation.   Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-41 -- Service Contract Labor Standards; 52.222-50, Combating Trafficking in Persons; 52.222-55 -- Minimum Wages Under Executive Order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33 -- Payment by Electronic Funds Transfer System for Award Management.

Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.204-7, System for Award Management; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
52.222-42 -- Statement of Equivalent Rates for Federal Hires
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination
Employee Class           Monetary Wage-Fringe Benefits
GS-0817-12 Survey Tech.      $40.51             $13.20
WG-5786-10 Nav. Aids Tech. $32.39              $10.55

This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment.
Response date for receipt of offers/quotes is by 2:00 pm EST, Monday, May 13th, 2019. Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov.  All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.

Opportunity closing date
13 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Transportation SLSDC Headquarters United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?