Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2006 FBO #1685
SOLICITATION NOTICE

R -- WELL CONSULTANT - BUSH DOME HELIUM RESERVOIR

Notice Date
7/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC663 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR060213
 
Response Due
8/10/2006
 
Archive Date
7/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The BLM, Amarillo Field Office requires a Well Consultant to advise BLM on all aspects of Reservoir and Production Engineering. This requirement will be offered as a Commercial Acquisition per FAR part 12, firm-fixed price, 100% small business set-aside under NAICS 541330, Engineering Services, with a size standard of $4.5 Milltion. HISTORY OF REQUIREMENT: The U. S. Department of the Interior, Bureau of Land Management (BLM), Amarillo Field Office, operates a 310-Bcf gas storage reservoir that contains approximately 26 Bcf of injected Government and privately owned helium in a partially depleted natural gas field. The gas field contains 29 wells, which include 18 withdrawal wells, 6 injection wells, and 5 observation wells. The storage reservoir is located approximately 15 miles northwest of Amarillo, Texas at the Cliffside site. A 425-mile crude helium gas transmission pipeline connects private helium refiners and crude helium extraction plants to the storage reservoir. The BLM entered into a contract to perform reservoir simulation of the Cliffside field during 2002. This was deemed necessary by an audit recommending we use an independent third party engineering specialist to conduct a helium study and model a reservoir simulation for the gas field. Through the use of this reservoir simulation, we have determined that additional wells will need to be drilled to recover the stored crude helium. The reservoir parameters, such as skin damage and permeability, need to be better defined to enhance the reservoir simulation. Production and reservoir parameters need to be evaluated to enhance the recovery of crude helium from the Cliffside field and the overall depletion of the field. The reservoir was discovered in 1929. From discovery until about 1963 gas was produced and helium extracted and purified. The field produced about 54 Bcf of gas during this time. In 1963, the US Government began injecting crude helium into the field as part of the helium conservation program. About 54 Bcf of crude helium was injected and 3 Bcf of native gas withdrawn over the next ten years. In 1973, the Government cancelled its helium purchase contracts and began storing privately owned crude helium. Over the next 20 years, the field was normally in the injection mode during the winter months when the demand for natural gas is high and private plants produce excess crude helium, which is injected into and stored in the reservoir. When the natural gas demand dropped in the summer, the supply of helium decreased, resulting in the need for crude helium to be produced out of the storage reservoir to meet market demand. Along with the production and/or injection of crude helium, native gas was produced from the outer native gas wells to supply fuel gas for the BLM helium purification plant. During the early to mid- 1990's, the injection and production cycle became less dramatic as private companies increased their stockpile of stored, crude helium in the reservoir. Native gas from the field was still supplied to the BLM purification plant. The BLM in conjunction with private industry has built a crude helium enrichment unit at the Cliffside site. This unit processes about 20 MMcf per day of natural gas from the Bush Dome reservoir blended to a helium content of about 30%. The BLM expects to deplete the field over the next 15 years. SERVICES REQUIRED UNDER CONTRACT: Generally, the contractor will provide services related to well workover design and specification, production tubing and downhole component configuration, and design and perform reservoir tests. Additionally, the contractor will design and write specifications to produce water from wells that are difficult to keep on production. It is anticipated that a follow-on contract will be awarded to perform other tasks over a multi-year period. This will include specification and design for drilling, testing, and completions of wells, filing appropriate forms with the Railroad Commission of Texas (RRC), and design and perform reservoir tests. QUALIFICATIONS: The contractor will have a broad range of experience in production, drilling, and reservoir engineering. The contractor is required to perform as a consultant for production, drilling, and reservoir engineering, as needed. The contractor will be experienced in all aspects of reservoir, drilling, and production engineering. TASKS: The contractor will design, oversee, and act as a consultant for BLM on the following tasks: 1) Design and Perform reservoir tests for existing Bush Dome Wells. The testing will begin in FY 2006. The testing will be designed and performed in conjunction with tasks ii and iii below. A long-term testing and monitoring program will also be designed as part of this task. The testing will be performed while the field is being produced, requiring coordination with BLM personnel. (2) Dewatering of wells. The consultant will deliver recommendations for the best method to be used to keep Fuqua A-1 and Bush A-9 from watering off. This will include a detailed report for the design, downhole configuration, and all components necessary to dewater the wells. Consultant will also oversee the installation of the recommended components. (3) Workovers. Recommendations for workovers, recompletions, new completions, hydraulic fracturing, and acidizing will be completed for at least the following nine wells: Bivins A-3, Bivins A-4, Bivins A-5, Bivins A-13, Bivins A-14, Bush A-3, Bush A-5, Bush A-8, and Bush B-1. The recommendations and requirements are due by January, 2007. The remainder of the wells will be reviewed in following years. The reservoir testing program will be a major factor in determining the work needed on the other wells. A review of the completion of the wells will be undertaken to determine new zones to be perforated, greater perforation shot density in existing zones, the need for acidizing or hydraulic fracturing, and perforated zones to cement. (4) Design and specification for drilling and completion of new wells. The consultant will prepare a drilling program plan with justification and specifications for drilling up to six new gas wells on the Bush Dome. At such time as drilling commences, the consultant will act as a technical representative for the BLM. DELIVERABLES: (1) Design of reservoir testing procedures for existing wells. The consultant will design and perform necessary tests to determine permeability, skin factor ("true" and "pseudo"), radius of investigation, well interference, and deliverability. The friction and gas column pressure losses recorded during the testing will be reported. The results of the test will be presented in graphical form, with data recorded and presented as an Excel spreadsheet with applicable graphs and equations. A report of the primary findings of the test results will be presented as a Word document. (2) Dewatering of wells. The consultant will deliver recommendations for dewatering the well-bores of Bush A-9 and Fuqua A-1. The recommendations will include a description of the method(s). The consultant will include the specifications for down-hole components, production string, packers, etc. Also included will be the design of any surface equipment necessary to dewater the wells. The specifications and design will be according to the American Petroleum Institute (API) standards. (3) Workovers. After review and testing of each well, a report of recommendations for increasing productivity will be prepared with the following information: Probable zones for new completions; Probable zones for re-completions, specifically increased number of shots per foot; Recommended zones to cement; Zones that will benefit from acidizing or hydraulic fracturing. Changes to downhole tubing and equipment configurations; A statement of work describing, in detail, the equipment, material, labor, procedures, time, and estimated costs to complete the recommended workover described in the report; Follow-up test of well productivity after workover; The specifications and design will be according to the American Petroleum Institute (API) standards. (4) Design and specification drilling and completion of new wells. The consultant will prepare a drilling program for each proposed well that will include the following: The estimated tops of important geologic markers; The estimated depths at which the top and the bottom of anticipated water, gas, or other mineral-bearing formations are expected to be encountered, and the plans for protecting such resources; The minimum specifications for pressure control equipment to be used and a schematic diagram showing sizes, pressure ratings or API series, proposed testing procedures and testing frequency; The consultant will prepare a casing program for each well that includes surface, intermediate, and production casing depths, specifications and casing integrity test requirements; and any supplementary information more completely describing the drilling equipment and casing program as required by the RRC of Texas; The type and characteristics of the proposed circulating medium or mediums to be employed in drilling, the quantities and types of mud and weighting material to be maintained, and the monitoring equipment to be used on the mud system; The anticipated type and amount of testing, logging, and coring; The expected bottomhole pressure and any anticipated abnormal pressures or temperatures or potential hazards, such as hydrogen sulfide, expected to be encountered, along with contingency plans for mitigating such identified hazards; The consultant will include requirements for reserve pits and onsite pits. These requirements must meet the higher of the RRC or BLM standards; Any other facets of the proposed operation which the consultant desires to point out for the to the BLM; and all drilling program specifications and designs must meet or exceed RRC regulations and API standards. The Solicitation will be posted on or about 07/13/06 with an estimated proposal submission deadline of 08/10/2006. For the proposal submission deadline, offerors will want to refer to the Solicitation and any amendments thereto. No Solicitations will be mailed. All offerors must download Solicitations from http://www.fedbizopps.gov/. In order to be eligible for award, offerors must have a current registration in Central Contractor Registration at http://www.ccr.gov/. All questions regarding this requirement shall be directed to the Contracting Officer, Elaine Flick, 303-236-3528, or elaine_flick@blm.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1118119)
 
Place of Performance
Address: AMARILLO, TX
Zip Code: 791013545
Country: USA
 
Record
SN01083786-W 20060708/060706221056 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.