Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOURCES SOUGHT

F -- Relief Well Drilling support for the Omaha District U.S. Army Corps of Engineers

Notice Date
3/7/2012
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-R-0032
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Neil Herman, (402) 995-2057
 
E-Mail Address
USACE District, Omaha
(neil.f.herman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (Sources Sought Notice) RELIEF WELL DRILLING US Army Corps of Engineers, Omaha District, Nebraska The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Business Community (Small Business (SB), Small Disabled Small Business (SDB), Woman Owned Small Business (WOSB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zone (HubZone), and Section 8(a) Participants) or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 237110 - Water and Sewer Line and Related Structures Construction. Interested concerns shall be capable of providing relief well drilling and related drilling and testing services in support of the Omaha District U.S. Army Corps of Engineers. The contract will be a multiple award task order contract (MATOC) immediately required to facilitate installation of relief wells as part of the 2011 flood recovery levee rehabilitation. Utilization of the resulting MATOC for installation of wells other than relief wells (e.g. piezometers, monitoring wells or geotechnical instrumentation) and for installation of borings for the collection of geotechnical data may also be required. Full well design may be provided to the driller for the relief wells or the driller may be required to provide design in accordance with applicable engineering manuals and Corps of Engineers guidance. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Codes 237110 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of business capability to perform the anticipated work. The Government will not pay for the preparation or submission of any information in response to this sources sought announcement. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information by 2:00 P.M. Central Time,16 March 2012: Interested companies must be able to meet the following list of requirements: Primary requirement: The contractor shall have experience in the construction of relief wells or demonstrated experience in the installation of other types of high capacity wells that reflects the ability to properly install wells with all required completion structures, to develop, to capacity test these critical levee components and to document all phases of work. The contractor shall have experience drilling on or near levee embankment systems. Where feasible, the preferred method of drilling shall be methods not requiring fluids or bucket augers. Reverse mud rotary methods are the preferred alternative with normal circulation mud rotary much less preferred due to potential complications with effective well development. Use of mud based drilling methods shall be dependent on submission, and approval by the Levee Safety Officer, of a drilling plan illustrating effective implementation of the proposed fluid based drilling method, controlling mud design and controlling down hole drilling pressures at all times during drilling operations. The contractor shall have the ability to construct levee relief well(s) and perform ancillary geotechnical investigation work throughout the Missouri River corridor and tributary system impacted by the 2011 high water event which falls in the jurisdiction of the Corps of Engineers Omaha District. Most relief well work is likely to occur below Gavins Point Dam to the end of L536 near the Missouri state line. Work could be required anywhere within the Omaha District boundary. Work may require access to areas requiring tracked vehicles or other poor site condition access methods. The contractor shall have experience in, or an established relationship with an AE contractor or other mechanism, for developing an effective well screen and filter pack design based on geotechnical data collected by the driller as part of a scope or provided by others, for performing under seepage analysis and other hydraulic evaluation of subsurface conditions. The contractor shall have experience in collection of all types of subsurface geotechnical samples and have access to an USACE accredited lab for analysis of those samples as required by a scope of work if required. The contractor shall be able to provide all submittals per Design Requirements documents and specifications, and shall stage construction based on required review and approvals. Secondary requirements: The contractor shall have experience in the installation of piezometers, geotechnical instrumentation and monitoring wells. The contractor shall have experience in collection of all types of subsurface geotechnical samples and have ability to access an USACE accredited lab for analysis of those samples as required by a scope of work if required. The contractor shall be able to repair all damage cause during well installation such as rut repair, localize seeding, etc. General Information 1.What is your company name, address, point of contact, phone number, and e-mail address? 2.What is your business size? (e.g. SB, 8(a), LB) 3.Do you have any corporate affiliations? If so, please identify. 4.Are you interested in participating as a leader or member of a small business-led team? a.If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b.Provide a list of potential team members and associated disciplines, if known. c.Describe your current/anticipated team management structure. Previous Relevant Corporate Experience Information 5.Relevant corporate experience is defined as experience (within the last five (5) years) that is the same or similar in scope, and of the same or similar magnitude that was described above. The relevant corporate experience information (COE or other federal work preferred) should identify the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services provide a brief description of the services performed, and customer point of contact with phone number and e-mail address. 6.The contractor shall indicate in what areas of the Missouri River corridor between which they can perform the required services. Responses to this announcement shall be sent by e-mail to Neil Herman at neil.f.herman@usace.army.mil and should arrive no later than 2:00 P.M. (CST) 16 March 2012. Questions should be forwarded to Neil Herman at 402-995-2057 or via e-mail at the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-R-0032/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02690575-W 20120309/120307234729-b433a526f29fe21af407e6374beefc5d (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.