Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

99 -- Geotechnical Borings

Notice Date
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-05-RFQ-00079
 
Response Due
6/8/2005
 
Archive Date
6/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work Work to begin the week of June 13. Work will consist of advancing 4 geotechnical borings with a track drill rig on a recently failed rock cutslope. Two borings will be located above the existing cutslope and two will be placed in the existing ditch. The 2 borings above the cutslope are on a 1.5:1 (horizontal: vertical). Access is gained through private property. Three of the borings will need inclinometers installed. Borings shall be advanced with either hollow stem augers or casing advancer system through soil and into bedrock consisting of fractured sandstone (graywacke). Core drilling will be required a minimum of 10 ft. Depth of borings above the cutslope are estimated to be 50 ft.and ditch borings to be 30 ft. SPT?s will be taken at 5-foot intervals in soils. In addition, an oriented televiewer will be utilized for 2 of the borings (above the existing cut) to determine joint orientation. FHWA will get permission to access the private land and provide personnel on site to determine the locations and depths for each boring and log the samples. Drill cuttings can be dispersed at the site. Water is available nearby. FHWA will obtain all permits, provide utility locate and traffic control. We are estimating 4 days of drilling. Include itemized costs for the following: 1.Hourly rate for drilling (includes all equipment and tools necessary to perform standard geotechnical subsurface investigation for installation of inclinometers, support truck, water truck, grout plant). Time begins at the site. Estimate 40 hours. 2.Mobilization/demobilization. Lump sum. 3.Subsistence (per man/day) 4.A list of equipment to be used including type(s) of drill rig, SPT method (auto-hammer or cathead and rope), method of grouting inclinometer casing. 5.Estimate of misc. materials to include inclinometer casing (2.75 inch), well covers, grout (cement and bentonite), core boxes, asphalt patch, etc. mobilization for optical televiewer. 6.price per foot for optical televiewer (estimate 100 ft.) 7.standby for optical televiewer 8.subsistence for optical televiewer crew Demonstrate experience in inclinometer installation by providing one reference from a project completed within the last year. Demonstrate experience in ioptical televiewer by providing one reference from a project completed within the last year. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. Solicitation DTFH68-05-RFQ-00079 is advertised as a small business set aside and will be awarded as a firm fixed-price contract. The Government estimate is between $20,000.00 and $30,000.00. The NAICS Code is 541990, small business size standard is $6.0 million in average annual receipts. The following Federal Acquisition Regulation (FAR) Provisions and Clauses in effect through Federal Acquisition Circular FAC 2005-03, dated April, 2005, are applicable to this procurement: 52.212-1, Instructions To Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items including subparagraphs (b) (1), (7), (14), (15), (16), (17), (18), (19), (20), (25), (26), (31), and (c) (1), (2) and (3) which are applicable to commercial services. Any resultant contract shall be subject to the Service Contract Act which is incorporated into this contract. The offeror shall submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The award will be based on the lowest priced and demonstrated experience with inclinometer installations and optical televiewer experience. Submit two complete copies of your quotes to Ms. DD Daly, Federal Highway Administration, Central Federal Lands Highway Division, 12300 West Dakota Avenue, Suite 360, Lakewood, CO 80228. Quotes are due on June 8, 2005 at 2:00 PM, Mountain Time Zone. Quotes submitted by fax will not be accepted. Questions concerning this solicitation shall be in writing and may be sent by sent via fax to (720) 963-3360 or to Deirdre.Daly@fhwa.dot.gov. The Government shall not pay for any costs associated with the preparation of the proposal.
 
Place of Performance
Address: Project Name: Mad River Road, , Project Location/Directions: Located 3.4 miles from State Route 36 on Ruth Lake Road., , Nearest Accomodations: Sportsman's Lodge in Mad River or several motels in Fortuna.
Country: USA
 
Record
SN00817573-W 20050529/050528093127 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.