SOLICITATION NOTICE
W -- W--Lease of Drill Rig Foremost D-24
- Notice Date
- 2/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- BOR/YAO Virginia Toledo 928-343-8136 7301 Calle Agua Salada Yuma AZ 85364
- ZIP Code
- 85364
- Solicitation Number
- 03SQ340098
- Archive Date
- 2/4/2004
- Point of Contact
- Virginia Toledo Contract Specialist 9283438136 vtoledo@lc.usbr.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Quotation No. 03SQ340098 which incorporates all provisions and clauses in effect through Federal Acquisition Circular No. 2001-12. This is a total small business set-aside and all responsible sources will be considered by the Agency. The Northern American Industry Classification System (NAICS) code is 421810 and the size standard is $5 million. The contract line items are as follows: Line Item 0001 Mobilize Foremost drill rig and support equipment to Ajo and Demobilize drill rig and support to home base (1) Lump Sum $______ ; Line Item 0002 Lease air operated drill rig and support equipment for base period of 2 weeks, (1) Lump Sum $ _________ ; Line Item 0003 Furnish Technical Advisor, including travel and lodging, minimum of 3 trip, 2 days on site plus travel time per trip, estimate 10 hour days to coincide with Reclamation's drill crew work schedule (1) Lump Sum $_______ ; Line Item No. 0004 Drill Rig Stand by rate per day, (1) Lump Sum/day $ ________; The following are options if necessary. Line Item 0005 Lease drill rig and support equipment per week additional beyond base period (1) week $_________; Line Item 0006 Furnish technical advisor on site, including travel and lodging minimum of 2-10 hours days and travel time per trip (1) each trip $___________. The requirement is as follows: A.1. Introduction. The Bureau of Reclamation=s Yuma Area Office is planning to lease an air operated drill rig to construct a minimum of one pilot hole and three operating water supply or drainage wells. The required drill rig shall be a Foremost DR-24 barber style drill rig that is capable of drilling and developing pull back type wells. The proposed well sites are located within a 100 mile radius of Ajo, Arizona. The well sites shall include the drilling of 6" diameter pilot hole a 12" surface casing. Drilling of the water supply well will require drilling a two 10" holes to a depth between 200' and 400' with installation of 8" steel screen and then pulling back. The proposed well sites Gold Water Antelope wells (design 1,000 GPM total depth 200' to 400' with 10" casing and 8" screen). A.2. Contractor Requirements. A.2.1.1 - Contractor Equipment: Contractor shall supply a Foremost DR-24 air operated drill rig in excellent operating condition capable of drilling and developing wells to a maximum depth of 400 feet and installing a maximum casing diameter of 24". The Contractor shall supply all necessary equipment to make a complete operating system to include drill stem attachments for drill bits, break out equipment and sampling cyclone with all accessory equipment for taking gradation samples Contractor shall be responsible for all mobilization cost to and from the drill site or a designated staging area. Cost of normal wear of equipment is based on operating 40 hours per week. All equipment shall be inspected before and after the project to insure operating condition and that only normal wear was encountered. Contractor shall furnish all of the equipment and materials and shall be responsible for any repairs to the drill rig if it is required to be shut down except for minor Preventative Maintenance items (PM=s), fluid checks, and operating consumables (i.e. fuel and oil). Reclamation will perform any necessary or scheduled PM=s during the lease period per the written requirements of the Equipment Contractor. If a major repair is required during the lease period, the Equipment Contractor shall send a representative to the drill site to determine the cause of the equipment failure, cost of repair, estimated downtime. During the downtime for any major repairs, the operational lease time shall be suspended until the required repairs are completed and the drill rig becomes fully functional. If repairs to the equipment require a time frame longer than 30 days, Reclamation reserves the right to begin termination procedures for the convenience of the Government or request a replacement drill rig be supplied to complete drilling of any operation wells that were underway when the equipment problem occurred. Drill equipment including, hammer assembly with bit and roller bit for 6", 10" and 12" steel pipe and all required attached rods with required break out equipment will be delivered to the drill site or a staging area set up by the Bureau of Reclamation. After completion of the initial drill hole and while waiting for ordered completion material delivery, contractor shall be required to take possession of the rig or the rig will be placed on a stand by rate at the direction of the government. The drill rig shall be made available for completion of the well with in a two week period once contractor is notified that completion material is in hand. A.2.1.1 Contractor Advisor: Contractor shall supply a Technical Advisor for the task of instructing the Government drillers in the complete and independent operation of the provided air operated drill rig. The advisor shall be available for technical advise and be required to be present on site a minimum of three times. Site visits shall be based on travel time plus a minimum of 2 days on site. The advisor shall be capable of operation of the drill rig and have technical experience needed to complete the well drilling with air and foam as needed. The advisor will also be used to aid in evaluating the need to telescope the well sites to meet the requirements of the well designs. Contractor time shall start at the well drilling site. Advisor shall be on site within 48 hours notification for assistance. Contractor shall supply a phone number of a technical representative that will be available to during normal working hours to provide technical assistance for operational problems that do not require an on site advisor. A.3. Government Supplied Materials. A.3.1- General: The Government shall supply all necessary materials to complete an operating well, including all the necessary well screen, 4 1/2" drill stem, well casing, and drilling fluids for completion of listed wells. A.3.2 Government Equipment: The Government shall supply all typical support equipment required for a well drilling operation. Government equipment will include a water truck, small skip loader, pump rig for screen installation, dozer and an additional air compressor rated at 900 CFM at 350 psi to be used as a secondary unit only. Fuel and normal servicing for all government equipment will be the responsibility of the Government. A.3.3. Government Drillers: The Government drillers are qualified drillers, and have extensive experience in the operation of different drilling techniques including mud rotary, cable tool, various types of auger rigs. Government drillers are qualified operators with air operated rigs including operation of the Foremost DR-16 and DR-24 Drill Rig. To familiarize the government operators with operation controls of supplied drill rig the contractor shall provide a hands on operational demonstration with the supplied drill rig at a minimum of four hours. Provision at 52.212-1, Instructions to Offerors--Commercial, Provision 52.212-2, Evaluation--Commercial Items is applicable to this RFQ. The Government will award a contract resulting form this RFQ to the responsible offeror whose offer conforming to the quote will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the item offered to meet the Governments requirements, (ii) Past performance (iii) Delivery (iv) Price. Technical, past performance, and delivery when combined are equal to price. Offerors shall submit the following for past performance evaluation (1) list of three relevent contracts in sufficient detail that describe the work performed. Include customer name, contact point and telephone number, contract amount and the actual or estimated completion date. Work should either be ongoing or completed within the past three years. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition with no addenda. Clause at 52.212-5, Contract Terms and Condition Required To Implement Statutes or Executive Orders--Commercial Items, applies to include paragraphs 11, 12, 13, 14, 15, 16, 18 and 25. These clauses are incorporated by reference and a full text of any clause may be accessed electronically at the following address: http://www.arent.gov/far. As part of the determination of responsibility, the government reserves the right to visually evaluate equipment at offeror=s plant or site to determine offeror=s capability to provide equipment that will perform according to contract requirements. Interested parties must submit those items identified in this synopsis/solicitation to Virginia Toledo at the address above within 10 calendar days of this notice.*****
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142534&P_OBJ_ID1=94444)
- Place of Performance
- Address: Ajo, Arizona
- Zip Code: 85364
- Country: US
- Zip Code: 85364
- Record
- SN00252949-W 20030206/030204213559 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |