Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SOLICITATION NOTICE

H -- Sonic Drilling Services at Granby Dam, Grand Lake, CO

Notice Date
8/25/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R11PS81429
 
Response Due
8/29/2011
 
Archive Date
8/24/2012
 
Point of Contact
Ann Manning 3034452433 amanning@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
N/A
 
Description
The Bureau of Reclamation is conducting a market survey/sources sought to determine if there are qualified small business sources that are capable of executing highly specialized sonic drilling services at Granby Dam, Grand Lake, CO. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This a market research tool used to determine if the pending requirement can be effectively issued as a 100% small business, set-aside. Primary considerations include the required technical expertise and in-house capability to provide the specialized equipment. The period of performance will consist of the base period. The Government envisions that the required sonic drilling services will commence during April 2012 and the overall work effort will approximate 15 on-site work days. The contractor will be responsible to mobilize the required equipment and staff to the work site. The work effort will consist of pre-drilling of 8 holes, providing of PVC casings, and sand backfill of pre-drilled holes. The projected qualifications are as follows: A. Corporate or Company Experience: 1. Number of documented years of providing full-scale sonic drilling operations. 2. Identification of sonic drilling projects completed to include the scope of projects and customers (water resources firms served, USACE, USBR, NRCS, FERC) 3. Sonic drilling experience drilling in dams, geotechnical drilling experience (not environmental). Submit information on the drill managers and their years of experience. B. Operators Experience Who Would Execute On-Site Requirements 1. Submit information on licenses held and currency of licenses 2. All training courses completed 3. Minimum of 5 years experience in operation of Sonic Drills. Submit information on projects completed, geotechnical drilling experience (not environmental), experience drilling in dams. C. Equipment Capability and Condition 1. The proposed equipment should have sufficient sonic head force to advance the 8 inch casings. Submit information on manufacture of drill head and its capabilities. It must have sufficient pull down retract capability to drill with 8 inch casings. Submit age of the equipment. Submit the truck platform on which the drill is mounted. Submit current OSHA safety certifications in place and current. Submit type of grout plant and mixing /pumping capability. Submit SPT equipment proposed and energy rating of the SPT hammer system. Please be advised that the contractor proposed lead operator candidate and equipment will represent the contractor's minimum Government requirements since any contractor proposal will be incorporated under the resulting award. Such key personnel or equipment requirements are critical to execution of requirements, and are therefore not subject to substitution without prior approval of the Government contracting officer. If adequate interest or sufficient supporting documentation is not received from qualified small business concerns, the solicitation may be issued on an unrestricted basis without further notice. Please submit all requested documentation listed below to Ann R. Manning, Contracting Officer, Bureau of Reclamation, PO Box 25007 (84-27810), Denver, CO 80225-0007. The related e-mail address is amanning@usbr.gov,, and the phone number is (303) 445-2433. Interested parties should submit a capabilities package not longer than 4 pages demonstrating the ability to perform requirements based on technical qualification requirements annotated herein. Packages should also include the following information: (1) Business name, address, CAGE code/DUNS, size classification based on NAICS size standard, and a point of contact, (2) evidence of your proposed staff experience which meets Government minimum experience requirements. The applicable North American Industry Classification System (NAICS) code is 541990 and the related small business size standard in millions of dollars is $7 Million. However, the government reserves the right to change the classification if deemed necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df378dd9e6e1c4ab466700cad68afd07)
 
Place of Performance
Address: Grand Lake, Colordao
Zip Code: 802250007
 
Record
SN02549954-W 20110827/110826000328-df378dd9e6e1c4ab466700cad68afd07 (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.