Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOLICITATION NOTICE

H -- Hollow-Stem Auger Drilling

Notice Date
6/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-Q-0122
 
Response Due
6/23/2006
 
Archive Date
8/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT TITLE: Hollow-Stem Auger Drilling LOCATION: USACE Sacramento District, Sacramento Ca. This Procurement shall be conducted under FSC CODE: B532, SIC CODE: 8734, NAICS Code: 541380. The size standard for this code is $10,000,000. All questions shall be directed to the Contract Specialist, Kim Clark, at (916) 557-6959, FAX: No.: (916) 557- 5278, e-mail Kim.M.Clark@usace.army.mil TYPE OF AWARD: This acquisition shall be 100% Small Bus iness Set Aside Request for Quotatio n. All Small Business responsible sources may submit a quotation. JOB DESCRIPTION: Hollow-Stem Auger Drilling, Sacramento River Levee sites between Miller Park and Riverside Boulevard, Sacr amento County, California. The work required under this request shall be to provide drilling to determine the type, nature, and characteristics of various materials and the areal extent, depth, and conditions of materials for the U.S. Army Corps of Engineers, Sacramento District. This solicitation s pe riod of performance is 60 days. All Quotations are due back not later than 23 June 2006 @ 10:00 a.m. PST. The acquisition method is Request for Quotation. Evaluation fa ctors for award shall be as follows: Low priced technically acceptable responsiv e, responsible, compliant vendor shall be awarded the contract. Vendors must meet the following technical requirements in order to submit quotes: The following technical r equirements must be met for potential drilling companies to submit bids on work requ ired for the Miller Park Project: Experience' Driller is required to have a minimum of 5 years experience operating the type of drilling equipment required.' Driller is required to have experience drilling on or near river levees. Drilling' One medium to heavy-duty tire mounted hollow stem auger drill rig with all accessory capable of drilling to 130 feet below ground surface (bgs)' One medium to-heavy-duty track mounted drill rig with all accessory equipment capable of drilling to 130 feet bgs' Both types of drill rigs are required to use a 140-lb hammer with 30 inches of freefall using an automatic hammer for SPT soil sampling' The Contractor is required to provide four (4) standard split-spoon penetrometers (2-inch-OD by 1-3/8-inch-ID by 18 or 24-inch length) and two (2) California Modified Sampler (3-inch-OD by 2-1/2-inchID by 24-inch length for SPT soil sampling for eight (8 ) bo rings will be conducted on 3-foot intervals from the ground surface to a depth of 15 feet, then sampled on a 2-foot interval to a depth of 50 feet, and then sampled on a 3-foot interval to the bottom of the hole (BOH)' The Contractor is required to p rovide eight (8) Shelby Tubes and all accessory equipment for collecting undisturbed soil samples as well as all supplies necessary for sealing and preparing the Shelby Tubes for shipment' The Contractor is required to provide four (4) shipping boxes and all essential supplies for packing and transporting the Shelby Tubes offsite' The Contractor is required to have a portable mud tank onsite to perform mud rotary drilling and to utilize non-beneficiate mud as a drilling fluid once ground water h as been encountered Piezometers' The Contractor is required to convert five borings into piezometers to a maximum depth of 100 feet bgs' The Contractor is required to complete four piezometers with flush mounted equipment and one peizometer wil l be completed with above ground equipment' The Contractor is required to develop the piezometers' The Contractor is required to complete constant head and permeability tests for each peizometer' The Contractor is required to have a water truck onsite to perform the constant head water tests ' All borings not converted to piezometers will be backfilled using a neat-cement grout, a sand-cem ent grout, ort a bentonite-cement grout from the BOH to the ground surface' The Contractor is required to remove any excess grout generated and not used for backfilling from each drilling site Drill Cuttings' The Contractor is required to h ave a self dumping steel hopper onsite for disposal of drill cuttings VENDORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, AND/OR FINAL AWARD PROCESS. ORDERING SOLICITAT ION: The solicitation shall be available on or about 13 June 2006. The Request for Quotation shall not be provided in hard paper copy. The solicitation and all amendments for this acquisition shall be posted on a secure Government web s ite known as FedTeDS. If you want all information concerning this RFQ you shall need to click on the box at the bottom called Register to Receive Notification. Access to the solicitation documents on the FedTeDS website shall be via a hyperlink. The hyperlink shall be inserted into the notices for this acquisition posted on b oth the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil/asfi/) and the FedBizOpps (FBO) website (www.fbo.gov) once the solic itation is issued. The hyper- link shall not appear as a website address, but as text as follows: Av ailable online via the FedTeDS (Federal Technical Data Solution) website. Viewing/downloading documents from FedTeDS shall require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you shall also be required to register in FedTeDS (www.fedteds.gov) before accessing the solicitation documents. To register, cli ck on the Register with FedTeDS hyperlink, then select the Begin Vendor/ Contractor Registration Process option. The following in formation shall be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered wi th FedTeDS, interested parties shall then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Not e: Solicitation documents shall be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTe DS shall not searchable by any other means. Please note that ALL firms who want to access the solicitation both prosp ective primes and subs shall be required to be registered with FedTeDS and therefore shall be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. For furt her information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and FedTeDS Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at --866-618-5988 (toll free), 801-605-7095, or csca ssig@ogden.disa.mil (Subject: FedTeDS Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATIO N. Original Point of Contact Kim Clark, 916-557-6959 Emai l your questions to US Army Engineer District, Sacramento at Kim.M.Clark@usace.army.mil Current Point of Contact Kim Clark, (916) 557-6959 Email your questions to US Army Engineer District, Sacramento at Kim.M.Clark@usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01069644-W 20060616/060614221923 (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.