Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

99 -- Sonic Drill Machine and Varoius Tooling

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-13-T-0002
 
Archive Date
12/1/2012
 
Point of Contact
Chad A. Arnett, Phone: (912) 652-5105
 
E-Mail Address
chad.a.arnett@usace.army.mil
(chad.a.arnett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Request for information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. The request does not obligate the government to any contract award. The US Army Corps of Engineers, Savannah District is issuing this Sources Sought announcement for a Subsurface Exploration All-Terrain Track Carrier-Mounted Sonic Drill Machine and Various Tooling. This announcement is part of our market research and responses are sought to identify sources that have the knowledge, skills and capability to perform the work. Interested contractors, including those registered under NAICS Code 333120 - Construction Machinery Manufacturing: This industry comprises establishments primarily engaged in manufacturing construction machinery, surface mining machinery, and logging equipment can submit. It is anticipated that the Government will issue Fixed-Priced supply contract issued to a single contractor. The contract value is estimated to be between $400K and $600K. All interested firms have until 16 November 2012 at 2:00pm to submit the following information: Name, address and DUNs number of your Firm Point of Contact (name/phone/email) Current SAM Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)] The Government must be able to verify SBA certification of HUBZone, 8(a) and SDB via CCR. Contractual questions should be forwarded to Chad Arnett at chad.a.arnett@usace.army.mil. Technical questions should be forwarded to Seven Widincamp, 912-652-5670, or email, steven.d.widincamp@usace.army.mil. The requested information shall be submitted electronically to Chad Arnett at chad.a.arnett@usace.army.mil GENERAL SPECIFICATIONS: The drill unit shall be an integral part of a low ground pressure track drive all-terrain carrier having a single engine power source. The power shall be appropriately directed to the carrier, pumps, hydraulic system and sonic head. A hydraulically actuated folding upright drill frame shall be supplied. The drill unit shall be thoroughly field tested and ready for immediate and continuous operation at time of delivery. The width of the drill and carrier shall not exceed 8'-6". The height of the drill and carrier with mast folded shall not exceed 12'. The drill unit shall be furnished with all standard equipment advertised whether or not specifically called for here, except where optional or conflicting equipment is specified. The drill shall meet the following specifications. It is anticipated that tooling that will be purchased for use by the government. The items shall be new, unused and ready for operation when delivered. The proposal shall list and price each numbered item separately. A total fee for all items shall be provided separately from the fee for delivery. A grand total for all items to include delivery shall also be provided. Specifications for all items in this SOW shall be met or exceeded for the fee proposal to be acceptable. ITEM SPECIFICATIONS: These specifications detail features that are minimum requirements in a sonic type drilling unit mounted on a low ground pressure, track, all-terrain carrier. The unit shall be completely assembled fully equipped in accordance to these specifications and ready for operation when delivered. This equipment shall be used for soil and rock sampling, foundation testing, monitoring well installation, geothermal loop installation and subsurface exploration work. The drill shall have the capability of productively using currently popular sonic drilling methods and techniques that include standard penetration testing. ALL-TERRAIN TRACK CARRIER: The carrier shall have a rugged structural steel frame designed to resist bending and twisting when drilling or traversing rough terrain. The following specifications shall apply. (a) Locomotion must be controlled either by remote control or manually via driver's seat. Remote control must be set up to run both wired and wireless. (b) If equipped with driver's seat; seat shall be adjustable for fore and aft positioning and shall have a weatherproof vinyl covering. (c) Ground pressure shall not exceed 6.0 PSI. (d) Tracking system must have a breaking system that renders carrier immobile during set up. (e) A belly pan shall be furnished to protect the underside of the carrier. The pan shall be secured by bolts and be removable for maintenance access. (f) A minimum of four tie down shackles shall be mounted on the carrier. (g) Must have forward and reverse locomotion SONIC HEAD: The sonic head must be capable of generating 50,000 lbs of output force and have a frequency range of at least 0-150Hz. The sonic head must have a rotation speed range of at least 0-70 RPM and a rotation torque of at least 2,700ft-lbs with both forward and reverse. The sonic head must have a tilt capability of at least 0 degrees to 85 degrees. Two sets of replacement oil and water seals must be provided with the initial purchase. VERTICAL DRIVE: The vertical drive shall have a minimum overall stroke of 13'4" and shall be capable of running 10' length rods. The vertical drive shall have a maximum downward thrust of not less than 9,000 pounds and an upward or retract force of not less than 15,000 pounds. The feed cylinders must be able to withstand compressive forces when retracting tooling from the ground without rotation. Hydraulic gauges shall be provided on the drill control panel to indicate in pounds per square inch the hydraulic feed pressure and systems pressure. Hydraulic controls shall be furnished for varying the feed rate and down pressure. The maximum rate of feed shall not be less than 100 feet per minute down and 100 feet per minute up. A feed rate control shall be furnished for changing the rate of feed. A separate pressure control shall be furnished for changing the maximum bit pressure. The feed rate and pressure controls shall be located on the front of the control panel within easy reach of the operator. POWER UNIT: The power unit shall be a self-contained electric starting, liquid-cooled, heavy-duty turbocharged and charge-air cooled industrial type diesel engine, having not less than 6.6L displacement and enough rated horsepower to run the sonic head. The engine shall meet U. S. EPA Tier 3 emission certification. The unit shall be equipped with a heavy-duty dry type two-stage replaceable element air cleaner, electronic governor and a replaceable full flow oil filter. The unit shall have a 12-volt electric starting system consisting of a starter, alternator, battery and regulator. The unit shall have keyed ignition switches, starter buttons, and electronic throttle switches in the carrier console and on the drill control panel. The fuel tank shall have a capacity of not less than 50 gallons and shall have level indicator sights with a locking fuel cap. The engine shall power the carrier, pumps, breakout table and the sonic head. When coupled with the drill unit, the engine shall have sufficient power to meet all requirements listed elsewhere in this specification as well as powering the carrier in rough terrain up steep inclines. HYDRAULIC SYSTEM: The hydraulic pressure shall have a maximum pressure of at least 3000PSI. The system shall be equipped with a full-flow replaceable element hydraulic oil filter in the low pressure return line. A hydraulic oil cooler shall be furnished. The hydraulic oil reservoir shall have adequate capacity and shall be equipped with a vented filler cap, level indicator sights and a magnetic drain plug. The hydraulic pump or pumps shall be driven from a point in the line of power transmission so that hydraulic power will be available whenever the engine is running. Hydraulic system must have sufficient power to meet all requirements listed elsewhere in this specification as well as powering the carrier in rough terrain up steep inclines. DRILLER'S CONTROL PANEL: All controls and gauges needed for the various drilling operations shall be placed in such a manner as to be easily accessible and convenient for the drill operator while permitting a view of the drilling operation at all times. The driller's control panel shall be mounted at the rear of the drill and shall include the following instrumentation and controls: (a) Keyed ignition switch, starter button, and engine ECM reset switch. (b) Emergency engine shut-off switch. (c) Engine throttle switch. (d) Engine diagnostic module or gauges to monitor engine parameters (engine speed; engine oil pressure; engine coolant temperature; system voltage; machine hours). Cover shall be lockable for vandalism protection. (e) Hydraulic gauges for systems and pull-down pressure. (f) Feed rate and feed pull-down pressure control. (g) Hydraulic controls for all standard and provided optional components. The drill controls shall be arranged in groups and situated for convenience according to frequency of use. For safety and convenience, the hydraulic levers shall have directional control that corresponds with cylinder movement. DRIVER'S CAB (if applicable): The cab shall incorporate a certified roll-over protective structure (ROPS). The front and rear of the cab shall be provided with expanded metal brush protection. Instrumentation and controls shall include the following: (a) Steering. (b) Service and parking brake controls. (c) Drive selector. (d) Drive levers. (e) Keyed ignition switch, starter button, and engine ECM reset switch. (f) Emergency engine shut-off switch. (g) Engine throttle switch. (h) Engine tachometer, voltmeter, engine coolant temperature, engine oil pressure. (i) Wait-to-start, warning and shutdown indicator lights. SAFETY SHUT-DOWN SYSTEM: Emergency shut-off switches shall be located on the control panel, on the opposite side of the main drill frame and in the cab on the driver's console (if applicable) and the remote control (if applicable). When any emergency shut-off switch is activated, the rig must completely shut down. A mast-raising alarm shall be included to alert the drill crew to any overhead obstructions. MAST: The mast shall be an integral part of the drill frame hydraulically actuated permitting 90 degree fold over for traveling and be capable of angle drilling. A restriction shall be provided to prevent the mast from falling in an emergency. Two hydraulic cylinders shall be provided to raise and lower the mast. A mast-raising alarm shall be included to alert the drill crew to any overhead obstructions. SLIDING BASE SIDE TO SIDE AND OR IN/OUT: A sliding base shall be furnished for moving the sonic head side to side, in/out or both so that the sonic head can be positioned to facilitate alignment of rods and to provide clearance from the hole for handling rods, casing and other down-hole tools. The slide based shall have enough travel to provide ample working room. The in-out slide base shall have a replaceable wear plate between the metal slide surfaces. HYDRAULIC LEVELING JACKS: Four hydraulically-powered leveling jacks shall be mounted on each corner of the carrier and be individually operated from the control panel at the rear of the drill shall be permanently mounted on the carrier. The jacks shall provide adequate leveling capability and shall be strong and rigid enough to easily support the total weight of the machine plus the loads generated when retracting drilling tools. Check valves shall be furnished in the hydraulic lines to prevent leakage or slippage of the jacks while the carrier is set up on a drill site. When retracted, the jack pads shall have enough ground clearance to not interfere with carrier operation while traversing rough terrain. The maximum cylinder travel shall not be less than 36 inches. The minimum outside diameter of the jack cylinders shall be 4.5 inches with a 4 inch bore and 2.5 inch piston rods. The chrome-plated jack piston rods shall be completely enclosed to safeguard them from damage. CARRIER BODY: The carrier body shall have two deck boxes with locks. The deck boxes shall be of adequate size to store hand tools and miscellaneous drilling tools. Carrier body shall have an above deck rod storage rack and a water tank with a minimum 100 gallon capacity. DRAW WORKS: The draw works shall include two hydraulic hoists. Each main hydraulic hoist shall have a minimum pulling capacity of not less than 4,000 lbs. The secondary hydraulic hoist shall have a minimum pulling capacity of not less than 2,000lbs. Maximum line speeds shall be not less than 62 feet/minute. One hydraulic lever shall be furnished for each hoist controlling hoisting or lowering and rotation speed. Each hoist shall include at least 100 feet of non-rotating wire rope and a swivel safety hook. MUD PUMP: Rig shall have one FMC Piston Pump (Bean Pump). The bean pump maximum pressure shall be not less than 870 PSI and maximum flow shall not be less than 50GPM. Pump output shall not be affected by changes in engine RPM. Power for the pump shall be supplied by a hydraulic motor operated from the drill hydraulic system. The pump assembly shall include a pressure gauge, pressure relief valve, and adequate suction and pressure ports. The pump shall be supplied with 2 each; 25 foot long suction and discharge hose with cam type quick disconnect fittings on each end. The suction hose shall be supplied with one strainer. Provisions shall be made for drainage of the pump and lines. Pump shall be plumbed into the drilling system, including the on board water tank, to allow for flushing of drill cuttings from the bore hole along with a manifold to allow for pumping from a remote water tank. GROUT PUMP: Rig shall have one 3L6 progressive cavity pump (or equal). The progressive cavity pump maximum pressure shall not be less than 225PSI and the maximum flow rate shall not be less than 27 GPM. Pump output shall not be affected by changes in engine RPM. Power for the pump shall be supplied by a hydraulic motor operated from the drill hydraulic system. The pump assembly shall include a pressure relief valve, and adequate suction and pressure ports. The pump shall be supplied with 2 each; 25 foot long suction and discharge hose with cam type quick disconnect fittings on each end. The suction hose shall be supplied with a strainer. Provisions shall be made for drainage of the pump and lines. Pump shall be plumbed into the on board water tank with a manifold to allow for pumping from a remote water supply. HYDRAULIC SPT HAMMER: A hydraulic hammer system (conforming to ASTM D-1586) shall be furnished that will lift a 140 pound drive weight 30 inches and completely release the weight for a 30 inch free fall. No rope or cable shall be attached to the weight that might impede free fall. The system shall have a minimum rate of at least 30 blows per minute. The hammer shall be preset at the factory for a consistent weight fall height through the use of adjustable priority hydraulic control valves. Once the valves are set, the fall height of the hammer weight shall not be affected by engine throttle adjustments. The fall height shall have a tolerance of plus or minus ½ inch. A method for visual verification of the fall height of the weight while the hammer is in operation shall be provided. The hammer shall be mounted to the upright drill frame in such a way that does not impede operation and is easily accessed and used by the operator. The hammer device shall be hydraulically raised or lowered by a hydraulic cylinder or hydraulic hoist cable. A 140 pound drive weight shall be furnished. The hammer assembly must be made so that it can be removed from rig and not impede operation. HYDRAULIC ROD HOLDER AND BREAKOUT DEVICE: A hydraulic rod holder having an upper and lower clamping unit of two opposed hydraulic cylinders that clamp a minimum drill rod or pipe size of 3.5" OD and up to a minimum 10.5" OD drill rod or pipe between two replaceable jaws shall be furnished. Engagement shall be evenly distributed over a minimum of 45 percent of the drill rod circumference. The upper and lower rod holder shall operate opposite of each other to allow breaking of rod joints. The rod holders shall have enough clamping force to hold up to 300' of drill pipe and have a minimum of 16,000lbs of breaking torque. Two sets of drill rod jaws for each rod holder shall be furnished. A rod guide shall be provided to ensure proper bore hole alignment and to ensure the rod clamps do not push the drill stem off of the bore hole. A rod guide shall be provided for each of the following rod/casing sizes: 3 ½" OD, 4 ½" OD, 6" OD and 8" OD. TOOLING: SPECIFICATIONS FOR 3 ½" OD RODS: All 3 ½" rods must be 3 piece inertia welded. Rods must have a minimum I.D. of 2 1/4" at the tool joints and must have a mid-body internal upset to 0.625". All tool joints must have internal weld flash removed and must be of 4140 steel. All threads on 3 ½" rods must be H90 threads unless otherwise specified. Pin tool joint must have a minimum length of 9" and the box tool joint must have a minimum length of at least 7 ½". SPECIFICATIONS FOR 5 7/8" CASING: All 5 7/8" casing must be 3 piece inertia welded. Casing must be 6" OD X 4.875" ID at the pin and box tool joints and must have a minimum mid-body wall thickness of.350". All tool joints must have internal weld flash removed and must be of 4140 steel. All threads on 5 7/8" casing must be H90 threads unless otherwise specified. Pin tool joint must have a minimum length of 9" and the box tool joint must have a minimum length of at least 7 ½". SPECIFICATIONS FOR 7 5/8" CASING: Casing must be parallel wall 1 piece casing. Casing must be 7 5/8" OD X 6.9" ID with a minimum yield of 80,000 PSI. All threads on 7 5/8" casing must be H90 threads unless otherwise specified. CORE BARREL SPECIFICATIONS: Core barrels shall have a minimum yield of 80,000 PSI. All threads must be H90 threads unless otherwise specified. SPECIFICATIONS FOR FLANGE ADAPTOR, SUBS, OVERSHOTS, TAPER TAPS, CASING BITS AND CORE BARREL BITS: All shall be constructed of 4140 steel and have H90 threads unless otherwise specified. Styles, sizes and thread directions will be specified in the itemized line for each. ITEMIZED ITEMS: 1. 25 - 3 ½" X 10' Rods, right hand thread, pin x box 2. 2 - 3 ½" X 5' Rods, right hand thread, pin x box 3. 2 - 3 ½" X 2' Rods, right hand thread, pin x box 4. 4 - 4 ½" OD X 3.75" ID X 10' Core Barrels, right hand thread, pin x box 5. 2 - 4 ½" OD X 3.75" ID X 1' Core Barrels, right hand thread, pin x box 6. 4 - 6" OD X 5.25" ID X 10' Core Barrels, right hand thread, pin x box 7. 1 - 6" OD X 5.25" ID X 1' Core Barrel, right hand thread, pin x box 8. 25 - 5 7/8" X 10' Casing, left hand thread, pin x box 9. 2 - 5 7/8" X 5' Casing, left hand thread, pin x box 10. 2 - 5 7/8" X 2' Casing, left hand thread, pin x box 11. 10 - 7 5/8' X 10' Casing, left hand thread, pin x box 12. 1 - 7 5/8' X 5' Casing, left hand thread, pin x box 13. 1 - 7 5/8' X 2' Casing, left hand thread, pin x box 14. 2 - 4.65" OD X 3.75" ID Core bit for 4 ½" core barrel with.375" face carbide buttons and pointed internal carbide buttons, right hand thread 15. 2 - 4.65" OD X 3.75" ID Core bit for 4 ½" core barrel with.375" face carbide buttons, right hand thread 16. 1 - 4.65" OD X 3.75" ID Dual Flapper bit for 4 ½" core barrel, right hand thread 17. 2 - 4.65" OD X 3.75" ID Retainer Basket bit for 4 ½" core barrel, right hand thread. Must be designed to hold a replaceable steel finger type retainer basket. Basket to be held in place between pin thread of core barrel and shoulder of retainer. 18. 2 - 6.25" OD X 5.1" ID Core bit for 6" core barrel with.375" face carbide buttons and pointed internal carbide buttons, right hand thread 19. 2 - 6.25" OD X 5.1" ID Core bit for 6" core barrel with.375" face carbide buttons, right hand thread 20. 1 - 6.25" OD X 5.1" ID Dual Flapper bit for 6" core barrel, right hand thread 21. 2 - 6.25" OD X 5.1" ID Retainer Basket bit for 6" core barrel, right hand thread. Must be designed to hold a replaceable steel finger type retainer basket. Basket to be held in place between pin thread of core barrel and shoulder of retainer 22. 2 - 6 ½" OD X 4.875" ID Casing bit for 5 7/8" casing, left hand thread 23. 2 - 6.155" OD X 4.875" ID Casing bit for 5 7/8" casing, left hand thread 24. 2 - 7 5/8" OD X 6.9" ID Casing bit for 7 5/8" casing, left hand thread 25. 2 - 3 ½" X 3 ½" Sub Saver with 1.75" ID, right hand thread, pin x pin 26. 2 - 5 7/8"B X 7 5/8"P Sub, left hand thread, box x pin 27. 5 - Steel finger retainer baskets for 4 ½" core barrel 28. 5 - Steel finger retainer baskets for 6" core barrel 29. 1 - 3 ½" Rod plug, right hand thread 30. 1 - 5 7/8" Casing plug, left hand thread 31. 1 - 7 5/8" Casing plug, left hand thread 32. 2 - 3 ½"P X 4 ½"B Core barrel sub, right hand thread, pin x box 33. 2 - 3 ½"P X 6"B Core barrel sub, right hand thread, pin x box 34. 1 - 3 ½" Drill rod taper tap 35. 1 - 3 ½" Drill rod overshot 36. 1 - 4 ½" Core barrel taper tap 37. 1 - 6" Core barrel taper tap 38. 1 - 5 7/8" Taper tap 39. 1 - 7 5/8" Taper tap 40. 1 - 3 ½" Fixed bail hoisting plug, right hand thread 41. 1 - 5 7/8" Fixed bail hoisting plug, left hand thread 42. 1 - 7 5/8" Fixed bail hoisting plug, left hand thread 43. 1 - 12" X 5" X ¾" Rod wiper, no steel 44. 1 - 9" X 3 ¼" X ¾" Rod wiper, no steel 45. 1 - 9" X 4 ¼" X ¾" Rod wiper, no steel 46. 1 - 12" X 7" X ¾" Rod wiper, no steel 47. 1 - 5 7/8" left hand thread pin X 3 ½" right hand thread box, flange adapter. Sonic head type will be specified at a later date. 48. 4 - 8" X 500' X 0.006MIL Plastic Rolls 49. 2 - 11" X 500' X 0.006MIL Plastic Rolls MISCELLANEOUS: All equipment cataloged as standard shall be furnished and shall be included in the purchase price of the unit. The component parts of the unit shall be of proper size and design to safely withstand maximum stresses imposed by a capacity load, and the manufacturer's rated loads for chains, bearings and universal joints shall not be exceeded when the unit is loaded with such loads. The torque capacity of each driven part shall be equal to or exceed the torque capacity of its driving member. This machine is to be delivered in operating condition with acceptance subject to inspection and approval to the USACE Engineers Depot located at 99 Grand Prize of America Blvd, Savannah Georgia, 31402. The successful bidder shall provide manufacturer's approved training to familiarize personnel with the correct operation and servicing procedures for the equipment delivered at a time and place agreed upon by the government. All items which require periodic lubrication shall be provided with a suitable lubrication fitting. Two copies of the manufacturer's service manual containing operating instructions, maintenance instructions and a bill of material or parts list shall be furnished by the manufacturer. All pressure systems shall be provided with suitable pressure relief valves. With the exception of the drilling tools, all moving parts which are so located as to be a hazard to operating or maintenance personnel shall be fully enclosed or properly guarded. Protective devices shall not impair the operating functions. The equipment to be furnished under these specifications shall be warranted against defective design, materials and workmanship as standard with the manufacturer. Two copies of the manufacturer's standard guaranty or warranty shall be furnished.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-13-T-0002/listing.html)
 
Place of Performance
Address: USACE Savannah District, 100 West Oglethorpe Avenue, Savannah, Georgia, 31402, United States
Zip Code: 31402
 
Record
SN02923379-W 20121103/121101235037-a28d1394861d19f3e52b6c2734a1feb6 (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.