Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

A -- Test Well Drilling

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - Ephrata Field Office 32 "C" Street - P.O. Box 815 Ephrata WA 98823
 
ZIP Code
98823
 
Solicitation Number
06SQ1U5222
 
Response Due
3/22/2006
 
Archive Date
3/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation, Ephrata Field Office, has a requirement for test well drilling. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR12.6, as supplemented in accordance with the format included in this notice. This announcement constitutes the solicitation. The Request for Quotes (RFQ) is being issued as 06SQ1U5222; and proposals (including the completed Offeror Representations and Certifications-Commercial Items) are due COB March 22, 2006. The RFQ incorporates revisions and clauses in effect through FAC 2005-7. This is a total small business set- aside. The NAICS code is 237110, the small business standard is $12,000,000.00 dollars. The Bureau of reclamation is in need of test well drilling services. The general requirements are as follows; Description of the Work - The principal components of the work to be performed under this request include the following: drill one test well and two observation wells; sample water bearing zones for gradation analysis; furnish and install well screen in test well/PVC slotted pipe in observation wells; develop test well with surge block or airlift/surging and pumping; and disinfect wells. All work on the well shall meet the Minimum Standards for Construction and Maintenance of Wells, Chapter 173-160 WAC. The contractor shall comply with the Department of Ecology rules and regulations governing the regulation and licensing of well contractors and operators for the State of Washington. The contractor is urged to visit the site of the well and by their own investigation, satisfy themselves as to the existing site conditions. The contractor shall assume all responsibility for deductions and conclusions as to equipment or materials required and as to the difficulties in performing the work. Test Well Specifications Size and Depth - The well shall be 12-inch diameter and shall be drilled approximately 3 feet into the top of bedrock, or a depth of about 50 feet. Alignment - The drill hole and installed casing shall not deviate from an alignment that would allow a 20-foot dummy section of pipe of 6-inch diameter to be inserted to the bottom of the well without binding. If the well is not reasonably straight, or the contractor voluntarily stops work before the well is completed, it will be considered an abandoned well. The contractor, at his expense, shall withdraw the casing from an abandoned well and fill the bore hole with cement grout or bentonite as the casing is being withdrawn. No payment will be made for any work performed on an abandoned well. In the event a well is abandoned, a new well shall be started in the immediate vicinity at a location designated by Reclamation's representative on site. Measurement and payment - The well will be measured for payment from the original ground surface to the bottom of the drilled hole. Payment for drilling the well will be made at the unit price per linear foot offered in the schedule, which price shall include all costs of operating the drilling equipment, all costs of disposing of excavated materials, all costs of furnishing and disposing of drilling water, all costs of disinfecting the well, and all costs of furnishing required data, samples and reports. Well Casing General - All permanent casing shall be new seamless or welded steel pipe and shall be in accordance with A.P.I. Standard No. 5L of the American Petroleum Institute, except that mill reject pipe may be used. Each piece of casing shall be stamped, stenciled, or otherwise marked to properly identify the pipe. The sections of casing shall be joined by welding. Temporary surface casing and surface seal - Temporary surface casing shall be installed to a minimum depth of 18 feet. Surface casing shall be a minimum 16-inch nominal diameter. Upon completion of all drilling, development, and other work at the well site, the temporary surface casing shall be removed and shall remain the property of the contractor. The annular space between the drilled hole and the well casing shall be filled with granular bentonite or cement grout from the bottom of the temporary casing to 5-feet below the ground surface. The remainder of the annular space shall be filled with gravel to allow installation of a pitless adaptor. Permanent well casing - The permanent well casing shall be 12-inches inside diameter. The casing shall have a wall thickness of not less than 0.375 inch. The permanent well casing shall be centered within the temporary surface casing and shall be installed to the bottom of the drilled hole, to facilitate the installation of the well screen. After the screen has been installed, the casing shall be pulled back to expose the screen and the excess length shall be cut off at a point 2 feet above ground surface. After the well has been completed and tested, the top of the casing shall be covered with a steel plate cap tack-welded to the casing to protect the well until the pumping unit is installed. Measurement and Payment - Measurement for payment for casing will be made to the nearest 0.5 foot along the centerline of the casing. Such measurement shall include only the casing installed. Payment for furnishing, installing, and removing temporary surface casing will be made at the lump sum price offered in the schedule, which shall include all costs of furnishing, hauling, handling, welding, and installing the casing and the cost of removing the casing and installing the surface seal (grouting around the top of the permanent well casing). Payment for furnishing and installing permanent well casing will be included in the unit price per linear foot offered in the schedule for well drilling. The unit price offered in the schedule shall include all costs of furnishing, hauling, handling, welding and installing the casing, the cost of pulling back the casing to expose the well screen and furnishing and installing the steel plate cap. Well Screen Assembly General - the well screen assembly shall consist of a short riser pipe above the well screen and a 1-foot long casing section below the screen. Positioning of the screen assembly may require that the contractor backfill the hole with clean pea-gravel to the directed depth. The riser pipe and sump may be mild steel or stainless steel. Neoprene seals shall be installed between the permanent well casing and the screen assembly. The bottom of the screen assembly shall be closed with a bottom seal. At the option of the contractor, the bottom seal may be a steel plate welded to the bottom of the assembly or a standard self-closing bottom fitting. Well screen - The well screen for the screen assembly shall be 10 feet long, 12-inch diameter telescoping-size screen. The screen shall be type 304 stainless steel, continuous-slot, wire-wound, all-welded construction. The slot openings on the screen will be dependent upon conditions encountered during drilling but will generally range between No. 20 and No. 80 and will be standard screen slot sizes. One or more slot sizes may be required for an individual screen assembly. The Reclamation representative shall determine the screen slot size. Measurement and payment - Measurement for the well screen assembly will be made to the nearest 0.5 of a foot along the centering of the assembly without allowance for lap at joints. Such measurement shall include only the sections installed. Payment for furnishing and installing the screen assembly will be made at the unit price offered on the schedule for well screen. The unit price offered in the schedule shall include all costs of furnishing, hauling, handling, welding, and installing the screen assembly, and all costs of furnishing and installing the seals, and pea-gravel backfill. Well Development The well shall be developed by surging with a tight-fitting vented surge block or by airlift surging and pumping to adequately develop the aquifer. The well will be developed until the water is clear, or a maximum of 8 hours. If the air development method is used, the compressors, airlines, hoses, fittings, etc. shall be of adequate size to pump the well by the airlift at 1-1/2 to 2 times the design capacity of the well. The contractor shall initially pump the well with air until the well yields clear, sand-free water. The contractor shall then shut off the air and allow water in the well to return to a near static condition. He shall then reopen the valve and reintroduce air into the well until water is again brought to the surface at which time he will close the air valve and allow the water to drop back down the well. He shall repeat this lifting and dropping of the column of water until the well no longer produces fine material when it is surged and pumped. The bottom of the air line shall be placed at different levels in order to facilitate development of all intake areas and the process repeated until all zones yield water free of turbidity when surged and backwashed. Upon completion of the development work the well shall be cleaned to the bottom. Measurement and payment - Measurement for payment will be made on the basis of the actual number of hours used in developing the well. Payment will be made at the unit price per hour offered in the schedule for developing wells, which price shall include the costs of all materials, labor, and equipment required for developing the well, for bailing the accumulated sediment during development, and disposal of water from the development operations. Standby time and Authorized Hourly Work It is anticipated that the work will be planned and coordinated to minimize standby time. However, standby time may be required after the contractor has furnished formation samples, as provided below. The rig will be idle while the samples are in the laboratory for grain-size analysis. No payment will be made for standby time for performing any maintenance or repairs to the equipment or tools on site. Payment for standby time shall be made at the unit price offered in the schedule. Observation Well Specifications Size and Depth - Temporary surface casing for the observation wells shall be 6-inch diameter and the boreholes shall be drilled approximately 3 feet into the top of bedrock, or a depth of about 50 feet. Formation samples will be required during advancement of the observation holes, as provided below. PVC Slotted Pipe and Riser - Upon completion of drilling, 2-inch diameter, Schedule 40 PVC pipe shall be installed to the bottom of the drilled hole. The bottom 10 feet of PVC pipe shall be slotted, 0.020-inch slot size, and blank riser pipe shall extend above the slotted section to approximately 2-feet above ground surface. Surface Seal - After installation of the PVC pipe, the temporary surface casing shall be withdrawn to 18 feet depth, measured from ground surface, to allow the formation to backfill around the slotted pipe. The annular space between the drilled hole and the PVC pipe shall be filled with granular bentonite or cement grout from 18-foot depth to ground surface as the temporary surface casing is withdrawn from the well. A short section of steel protective casing shall be installed around the 2-inch PVC to a depth of at least 2 feet and shall be fitted with a lockable cap. Formation Samples The contractor shall furnish 1-quart representative samples of the sediments encountered in each well. Sampling shall begin at a depth of 10 feet or where directed by the Reclamation representative and shall be taken at 5-foot intervals or at significant changes in strata to the bottom of the well. The contractor shall furnish a devise for collecting samples which will ensure that all grain sizes are represented. Samples shall be placed in containers (e.g. 1 gallon zip-lock plastic bags) and each container shall be clearly and accurately marked to indicate the depth interval which the sample represents, the date and time it was obtained, and the initials of the individual who obtained the sample. The samples shall be given to the Reclamation representative for shipment to the soils laboratory for gradational analyses. The cost of performing all work and furnishing all materials described in this paragraph shall be included in the price offered in the schedule for drilling the well. Well Disinfection The contractor shall disinfect the well in accordance with the latest provisions of WAC 173-160-365. The cost of well disinfection shall be included in the price offered in the schedule for drilling the well. Records The contractor shall furnish complete and accurate drilling records and a detailed well log at the completion of the well. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1 instructions to Offerors-Commercial Items; FAR52.212-3 offeror representations and Certifications- commercial Items (or be registered at http://orca.bpn.gov); FAR52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5 paragraph (b) is tailored to incorporate the following clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veteran, FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, 52.222-47 SCA Minimum Wages and Fringe Benefits, FAR 52.232-34 Payment by Electronic Funds Transfer, FAR 52.204-6 Data Universal Numbering System (DUNS) Number. FAR clauses are available in full test at http://www.usbr.gov/aamsden. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of Harmony Smith at 509-754-0239 or mailed to Bureau of Reclamation, EPH-2708, PO Box 815, Ephrata, WA 98823. To take advantage of business opportunities with BOR and DOI you must register your firm on the Central Contractor Registration System (CCR) @ http://www.ccr.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR14251U&objId=19597)
 
Place of Performance
Address: Ephrata, WA
Zip Code: 98823
Country: US
 
Record
SN01010198-W 20060322/060320213106 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.