Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

Y -- Capitan Emergency Water Well

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R11PS40035
 
Response Due
6/30/2011
 
Archive Date
6/12/2012
 
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 in Capitan, 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 the construction of water-supply wells includes, but is not limited to, the following: 1. Move equipment on-site. 2. Storm Water Pollution Prevention Plan (SWPPP) may not be required if the work site can be kept to less than 1 acre; however, the drilling contractor shall file a SWPPP or file notice of intent (NOI) to discharge, as may be appropriate, with the New Mexico Environment Department (NMED) prior to beginning work. 3. Control all water produced during drilling, development and test pumping. Water, water with foam, sediment, drill cuttings, drilling fluid, and the like shall not be discharged directly into any channel, drainage, or arroyo. 4. Maintain drilling-time and formation logs, and daily-drilling reports. 5. Drill a 26-inch diameter borehole to a depth of 60 feet and install 20-inch diameter steel conductor casing (minimum 0.25-inch wall), and cement in place. 6. Drill a 17 1/2-inch diameter borehole to the top of the artesian aquifer (estimated to be between 450 and 650 feet deep) or as directed by the CO and collect drill cuttings at 10 foot intervals. 7. Set a string of 13-3/8-inch diameter blank, threaded and coupled, API F-25 casing, having a minimum wall thickness of 0.33 inches and minimum weight of 48.00 pounds per foot, and circulate cement using Halliburton (pump and plug) method in accordance with NMOSE Rules and Regulations. 8. Drill production zone approximately 200 feet below surface casing to 12.25-inch diameter. 9. Air-lift develops well using open-ended drill pipe from specified depth, for up to 6 hours. 10. Bail, air-lift, or reverse air-lift fill from the bottom of the well immediately following development (estimated 2 hours). 11. Disinfect the well as specified. 12. Supply and install test pump (to a depth of 500 ft), generator or driver as appropriate, discharge pipe, valves, flow meter, and appurtenances capable of producing at least 600 gallons per minute (gpm) from depth of 460 ft. 13. Perform 24 hours of development pumping and at least 30 hours of test pumping. 14. Submit water-quality samples to laboratory for analysis. 15. 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 R11PS40035 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 $250,000 and $500,000. RFP RELEASE DATE: The release date for RFP R11PS40035 is estimated to be end of 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 bidder'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 Contract Specialist 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. This is a resolicitation of the same requirement previously solicited under number R11PS40010 (Total Hubzone Set-aside).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66b42f17a8a8baf5f11576269adb4a95)
 
Place of Performance
Address: Village of Capitan, NM
Zip Code: 88316
 
Record
SN02470746-W 20110615/110613234053-66b42f17a8a8baf5f11576269adb4a95 (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.