Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
MODIFICATION

Y -- Emergency Water Well in the Town of Regina, New Mexico

Notice Date
5/25/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R11PS40009
 
Archive Date
5/24/2012
 
Point of Contact
Kent R. Munro Contract Specialist 8015039572 kmunro@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The U.S. Bureau of Reclamation, Upper Colorado Region has a requirement for construction services for an emergency water well in Regina, New Mexico. This requirement is being procured in accordance with Part 15 of the Federal Acquisition Regulations. The Bureau of Reclamation intends to issue a Request for Proposal for this requirement. The type of small business set-aside has been determined to be Total Small Business. The principal components of the work are listed under the project description below. PROJECT DESCRIPTION: The work required for construction of the water-supply well includes, but is not limited to, the following: 1. Move equipment on-site. 2. File a Storm Water Pollution Prevention Plan (SWPPP) or notice of intent (NOI) to discharge, as may be appropriate, with the New Mexico Environment Department (NMED) and/or EPA prior to beginning work. 3. Control all produced fluids produced during drilling and well development. Water containing foam, sediment, drill cuttings, drilling fluid, and the like may not be discharged directly into any channel, drainage, or arroyo.4. Install new, unused blank surface casing using pipe that complies with ASTM Specification A-53 Grade B within a 28-inch diameter hole drilled to a depth of approximately 40 feet below ground surface (bgs) or as directed by the Owner or Project Representative. The casing will be 20-inch diameter having a minimum wall thickness of 0.375-inch; the casing shall be cemented in place by pumping through tubing to the bottom of the surface casing; the cement will be allowed to set for 24 hours prior to resumption of drilling operations.5. Drill 8.5-inch diameter pilot hole by hydraulic direct or reverse rotary drilling method from the bottom of the surface casing to the full depth as directed by the Project Representative. 6. Maintain drilling-time and formation logs, and daily-drilling reports. Activity includes collection of representative drill cutting samples under the supervision of the Project Representative. 7. Complete mechanical drift indicator surveys at intervals of no less than 200 feet of depth to the total depth of the pilot borehole. A maximum deflection of 1.75 ft per 100 feet (1 degree) will be allowed. 8. Geophysical logging of the pilot hole from the ground surface to the total drilled depth. The hole shall be thoroughly conditioned and circulated immediately prior to logging. 9. Construct temporary well(s) within the target zone, develop and sample the zone, and remove temporary well. Testing will evaluate potential yield and quality.10. Ream the pilot hole to 18.5-inch diameter from below the surface casing to approximately 2,690 feet. The Contractor will be responsible for running a caliper log on the final hole prior to running casing. The hole shall be thoroughly reconditioned and circulated, by the Contractor, immediately prior to logging. 11. Install new, unused blank well casing that complies with API specification for J-55 grade steel casing. All casing shall be threaded with couplings tack welded after tightening. The casing will be 10.750-inch diameter having a minimum wall thickness of 0.350-inch. 12. Install new, unused louvered screen that complies with ASTM specification A-139 Grade B. The casing will be 10.750-inch diameter having a minimum wall thickness of 0.312-inch. 13. Install a silica sand filter pack with a #8-16 gradation from 2,250 feet to 2,690 feet bgs and a #20-40 gradation from 2,200 to 2,250 feet bgs as directed by the Project Representative. 14. Initial well development using air lift techniques until the produced water is free of suspended sediment, as approved by the Project Representative. 15. Disinfect the well through distribution of granular calcium hypochlorite throughout the water column with a chlorine basket.16. Supply and install test pump to a depth of 1,300 ft bgs, generator or driver as appropriate, discharge pipe, valves, totalizing flow meter, weir/flume, and associated appurtenances as approved by the Project Representative.17. Final well development through intermittent pumping cycles with a test pump having a capacity of 150 gpm at total dynamic head of 1,500 ft. 18. Test pumping will be accomplished using the equipment supplied by the Contractor for final well development and will consist of two tests: a step-rate pumping test with recovery followed by a sustained yield pumping test with recovery.19. The step test will consist of 4, 200-minute, uninterrupted pumping periods so that a total of 800 minutes of pumping is accomplished at 4 successively higher rates; pumping rates will be determined by the Project Representative.20. Perform at least 48 hours of sustained yield testing at a pumping rate near maximum capacity, as determined by the step test and Project Representative.21.Submit water-quality samples to laboratory for analysis for metals, insecticides, herbicides, TTHMs and other organic contaminants, major cations and anions, total dissolved solids, conductivity, pH, coliform bacteria, and total plate count.22. Perform video survey of newly constructed well from ground surface to total drilled depth.23. Provide metal cap, approved by the Project Representative, to cover and protect the well until the pump installation has begun. A steel plate shall be welded to cover the open space between the surface and well casing strings.24. Clean up and restore well site, and demobilize equipment. This project description is not intended to be all encompassing in the descriptions. NAICS AND SIZE STANDARD: The NAICS code for this project is 237110 with a small business size standard of $33,500,000. COMPETITION: RFP R11PS40009 will be restricted as a Total Small Business set-aside. The Government intends to award without discussions. The project specifications and project location will be defined in the RFP document. The RFP will require a bid guarantee. The Contract will require payment and performance bonds for 100% of the contract price. Offerors must have sufficient bonding capacity. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $500,000 and $1,000,000. RFP RELEASE DATE: The release date for RFP R11PS40009 is anticipated between late May 2011 and early June 2011. Interested parties are encouraged to monitor this announcement for updates and the release of the solicitation documents. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors must be successfully registered in the CCR, www.ccr.gov, in order to be considered for a Government contract award. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs available online in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the RFP. The RFP documents for this procurement will be accessible from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, all potential offeror's responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be providing any other methods of information dissemination. POINT-OF-CONTACT FOR QUESTIONS: The Contracting Officer for this solicitation is Kent Munro, email: kmunro@usbr.gov. Any communications regarding this procurement must be made in writing and forwarded via email and must identify the RFP number, company name, address, email address, phone number including area code, and point of contact. NOTE: This Notice is being issued for planning and informational purposes only. It does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept bids as a result of this Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b34bab2309af1e1b6717dce556bc5b99)
 
Place of Performance
Address: Regina, New Mexico
Zip Code: 87046
 
Record
SN02456396-W 20110527/110525234404-b34bab2309af1e1b6717dce556bc5b99 (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.