Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

F -- Castle Creek AML Remediations

Notice Date
7/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Idaho Region, BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch1387 S. VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ080044
 
Response Due
7/24/2008
 
Archive Date
7/10/2009
 
Point of Contact
Patrica A. Fort Contract Specialist 2083733910 Pat_Fort@blm.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number DLQ080044. This document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 541990. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $6.5 million. The line item number is: Line Item 0001 Adit Closure - Installing Bat Gate Culverts and 7 Adits, Quantity, 1 Lump Sum. Scope of Work - Castle Creek and War Eagle Mountain AML Remediation Background: Abandoned Mine Land (AML) investigations were conducted from the years 2000 to 2004 by the Boise District in the Castle Creek and War Eagle Mountain area within the Owyhee Field Office. These investigations resulted in the discovery of a number of dangerous mine workings at AML sites in this area. All of the workings pose significant threats to public safety. This is especially true due to the increase in public visitation to the area in the past few years. This project will reduce or eliminate safety hazards for 3 of the top priority sites that are located on public lands administered by the Bureau of Land Management (BLM). Issue: The sites consist of 4 open shafts and 1 open adit. All are located in Owyhee County, Idaho. All openings are easily accessible and are potentially very hazardous to the public. All the prospects are located in the vicinity of Oreana and Silver City, Idaho and are readily accessible by vehicle and are getting frequent visits from the public. Because of the physical safety hazards found at these sites, the proposal is to mitigate and remedy any hazards these sites pose to the public while at the same time protecting habitat for bats where there are concerns. Remediation of abandoned open mine workings would depend on the type of opening, stability of an opening, and if wildlife habitat within a working (bat habitat) needs to be protected. Any adit that has the potential for bat habitat, even if bat surveys identify no current use, will have bat gates or bat gate culverts installed. Work would consist of installing BLM approved bat gate culverts at four sites (one adit and four shafts). Solidifying foam would be used to help close off openings and seal the bat gate culverts in place. All work areas would utilize waste rock from adjacent mine workings for custom finish work, fill, and contouring. Work Performance: Specific work to be performed by the contractor is listed below by each site of concern. Where bat gate culverts are to be installed the structures will be supplied by the BLM. These will be placed inside the adit or shaft and then the remaining open areas around the bat gate will be sealed off with solidifying foam and finished with waste rock available on site. The contractor will be responsible for picking up the bat gate culverts from the Boise District ware yard and transporting them to the work site. Contractor is responsible for transporting all materials to the project locations. The attachment is available by contacting Patricia A. Fort at (208) 373-3910 or email at patricia_fort@blm.gov. ADIT AND SHAFT CLOSURE WORK FY08Location, Safety Concerns, and Remediation Actions AML Site 1 - Roadside Prospect JV-62 Location - T 6 S, R 1 W, Sec. 11: SWSW. Site 1 UTM 546299 Easting, 4751082 Northing. Site 2 UTM 546266 Easting, 4750921 Northing. On the Antelope Springs quad. The prospects in section 10 are along both sides of the Oreana-Castle Creek road. The others are at the end of a jeep road that diverges from the Oreana-Castle Creek road in the north part of section 11 near the old corral noted on the topographic map. All of the features are on BLM land. Safety - Both shafts are hazardous, although boards and timbers in the first shaft fill most of the opening. The second shaft is a fairly significant hazard because of its abrupt drop-off and lack of warning signs or fences. Actions - Two open shafts - Install a 36" diameter bat gate culvert into the opening of each shaft. AML Site 2 - Unnamed Prospect JV-79 Location - T 7 S, R 1 E, Sec. 23: SENW. UTM 556885 Easting, 4739308 Northing. On the Rough Mountain quad. It is about 4 miles west of the Poison Creek Cutoff road on an old jeep trail. The site is shown on the topographic map by a shaft, an adit, and several prospect symbols. Safety - The open shaft is a significant hazard, as is the internal shaft inside adit 3. Adit 2, although open, is relatively short. Actions - Open shaft - Install a 36" diameter bat gate culvert into the shaft. Open adit 3 - Install a 36: diameter bat gate culvert in the adit. AML Site 3 - Unnamed Prospect (Site No. K7249901) Location - T. 5 S., R. 3 W., Sec. 9, NWNW (this prospect is about 500-600 feet NW of the east communication tower). UTM 523939 Easting, 4761748 Northing. Safety - The open shaft or stope is difficult to see, even from a short distance. Sage and wildflowers grow to the edge of the vertical walls. With a depth of at least 20 feet, this opening poses a significant hazard. The open shaft is about 6 feet long and 4 feet wide at the pinch point. The shaft is easily accessible from the top of War Eagle Mountain. Actions - Open shaft - Install a 36" diameter bat gate culvert into the shaft opening. Castle Creek and War Eagle Mountain AML Remediation - Information Requested of Offerors Offerors will be evaluated using past performance, objective suitability, and price. Offerors should supply information that will be relevant to the evaluation including but not limited to: List of contracts completed in the past three years,Point of contact for each contract,Description of past contracts,Performance evaluations, explanation of cost overruns or underruns, delays, performance issues, or terminations,Examples of past contracts that are similar in scope to this solicitation, A description on how the offeror intends to conduct the work to be performed including their current capabilities to conduct the work, ability to mobilize and work specific to remote areas, and how they will conduct daily activities. A discussion of the offeror's current capability, experience, understanding, ability and methodology to design and implement corrective actions using foam technology. A discussion of the offeror's current capability, experience, understanding, and ability to provide a natural rock finish around completed structures to complement historic/cultural setting. A discussion of the offeror's current capability, understanding, ability and methodology to construct jack leg fences in remote areas. A discussion of the offeror's current capability, understanding, and ability to submit an adequate general safety plan and demonstration of an adequate process to develop a site specific safety plan, including the adequacy of the offeror's experience in developing and implementing site safety plans as demonstrated by the adequacy of the submission of safety records of all similar jobs performed in the last two years including past violations covering the previous five years. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52,212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-07 Central Contractor Registration; FAR 52.223-06 Drug-Free Workplace; FAR 52.237-01 Site Visit (No Site Tour will be held). The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due at the above office by close of business July 24, 2008. Fax quotes will be accepted at (208) 373-3915. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad9cf5c00e9adcad9ce43ee6e63b2dff&tab=core&_cview=1)
 
Place of Performance
Address: Owyhee County, Idaho
Zip Code: 83705
 
Record
SN01610656-W 20080712/080710220503-ad9cf5c00e9adcad9ce43ee6e63b2dff (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.