Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
SOLICITATION NOTICE

F -- NORMAN DRINKING WATER SUPPLY WELL

Notice Date
7/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-03-00109
 
Response Due
8/7/2003
 
Archive Date
9/7/2003
 
Point of Contact
Point of Contact, Joshua Bowers, Purchasing Agent, Phone (513) 487-2104
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(bowers.joshua@epa.gov)
 
Description
NAICS Code: 235810 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number PR-CI-OH-03-00423 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. This acquisition is a 100% small business set aside. The NAICS code is 235810, the size standard for which is 500 employees. The contractor shall test a maximum of eight (8) and minimum of five (5) perforated intervals ranging from 10 to 40 feet in thickness in one (1) well located in Norman, Oklahoma. USGS will monitor water chemistry parameters at the surface. When field parameters stabilize, EPA and USGS personnel will collect samples at the surface for laboratory analysis. The total well depth is approximately 640 feet and the pump has already been removed from the well. The well is cased with 10" steel. REQUIREMENTS 1. Contractor shall clean entire inside of well casing using wire brush or other method. 2. Contractor shall verify the locations of perforated intervals using downhole television survey. Contractor shall be responsible for determining locations of individual perforations. 3. Contractor shall determine velocity profile of the entire perforated interval under pumping conditions using a spinner log or other downhole device. Contractor shall supply the pump and generate velocity profile across all performations. 4. Contractor shall isolate individual perforated zones with straddle packers Available information indicates eleven (11) perforated zones. Some small intervals could be combined with adjacent zones to sample no more than eight (8) perforated zones. 5. Contractor shall set and move packers. Based on video logs, uniform distance between packers will be used to minimize resetting packers. The contractor shall assist USGS and EPA personnel who will be sampling the intervals for water quality. The number of intervals to be tested will be determined based on information obtained from the downhole television survey. This may require resetting the packer spacing. The contractor shall supply the pump and control the flow rate to the sampling device (flow-through cell operated by USGS and EPA) at a flow rate in the 2-5 gallon per minute range to avoid damage to the sampling device. The flow-through cell requires a standard garden hose fitting. 6. The contractor shall supply 2 copies of both digital and paper copies of all data from activities in items 2, 3, and 4 to the EPA Project Officer. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) The government intends to issue a single purchase order to the lowest evaluated cost or price, technically acceptable, responsible offeror whose offer meets the minimum needs of the government. In the event that there are two or more technically acceptable, equal price (cost) offers, the government shall consider past performance in selecting an awardee. Of ferors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Verterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-16, Sanctioned European Union Country Services; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Offerors shall submit 2 copies of their quotations no later than August 7, 2003 at 12:00 PM (Noon) EST to Mr. Josh Bowers as follows: via regular mail: U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to (513)487-2109. Quotations may sent electronically via e-mail to bowers.joshua@epa.gov. Questions or comments may be directed to Mr. Josh Bowers at (513-487-2104) or via e-mail at bowers.joshua@epa.gov.
 
Record
SN00377911-W 20030724/030722214108 (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 |
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.