Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

B -- Reflection 3D Seismic Data Acquisition

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-03-R-0090
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Sue Casey, Contract Specialist, Phone (760) 939-4115, Fax (760) 939-8329, - Theodore Fiske, Procuring Contracting Officer, Phone (760) 939-8182, Fax (760) 939-8329,
 
E-Mail Address
sue.casey@navy.mil, theodore.fiske@navy.mil
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an unrestricted basis Reflective 3D Seismic Data Acquisition. The contractor shall provide a turnkey* to acquire a total of approximately 20 square miles (10 sq mi at each site) of subsurface reflection seismic profile data in west-central NV. The two locations are Hawthorn Army Ammunition Depot, Hawthorn (HWAD), NV and the Naval Air Station Fallon (NASF), NV. Background: The Geothermal Program Office (GPO) is seeking to define the subsurface structural setting in both locations in order to facilitate selection of drill holes for geothermal development. Both sites are sediment filled valleys located in the western Basin and Range, and they have been subject to intense strike-slip and oblique-slip faulting. Faults are generally near vertical (60-80 degree dip) and are believed to be oriented as shown in enclosure available (see POC below). Target depths are in the range of five to seven thousand feet, although they may be shallower in the eastern side of the NASF survey and on the western side of the HAWD. These areas of interest include primarily military lands, with some adjacent public lands under the jurisdiction of other Federal agencies, and private lands. The work requires the use of vibroseis energy source; source holes are not a viable option. The general requirements for this contract involve acquisition of high-quality reflection seismic data that may be processed into 3D coverage. For a specific survey area, these data will be acquired in one continuous effort, not separated by a hiatus to perform other work. The objective of the HWAD and HASF surveys is to obtain 82.5 x 82.5 sub-surface bin size at least 36-fold, 2 sweeps per VP. These surveys will use an orthogonal, non-brick pattern. It is anticipated that the actual survey will commence no later than ninety (90) days after contract award. This is a combined synopsis/solicitation for commercial services 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. Solicitation Number N68936-03-R-0090 is issued as a Request for Proposal. The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This procurement is in accordance with FAR Part 13.5 procedures. All offerors shall submit proposals in writing by mail to Commander, Code 220000D, Attn: Sue Casey, 1 Administration Circle, Bldg. 982, Naval Air Warfare Center Weapons division, China Lake, CA 93555-6100 or electronic mail to sue.casey@navy.mil by 15:00 local time 10 Sept 2003. The resulting contract will have a DPAS rating of DO, and be a Firm-Fixed Price type contract. Offerors shall submit pricing for CLIN 0001 ? Permitting Quantity 60 days; CLIN 0002 Mobilization/Demobilization Quantity 1 LOT (specify from location, # vibrators, recording trucks, geophone trucks, # of crew, travel days); CLIN 0003 Field Data Acquisition Quantity 1 JOB (specify # hours for field testing and rate per hour and price per sq mi). Additional information is available; send email to sue.casey@navy.mil for maps and additional information that will be fed-ex. Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Place of Delivery shall be at the Naval Air Weapons Station China Lake, CA. The following clauses/provisions also apply: 52.212-1, Instructions to Offerors ?Commercial Items (Oct 2000); 52.212-2 Evaluation-Commercial Items (Jan 1999) (Award will be based on lowest priced technically acceptable offer form a responsible source. NOTE for evaluation offerors MUST provide names, company affiliations, and telephone numbers of three clients for whom you have successfully completed oil and gas exploration standard 3-D reflection seismic surveys of the type being sought in this procurement. The work MUST have been accomplished within the last 24 months. Engineering geophysical experience is NOT acceptable.); 52.213-3 Offerors Representations and Certifications-Commercial Items (Jun 2003)(Offerors shall include a completed copy of this provision with proposal); 52.212-4, Contract Terms and Conditions ? Commercial Items (Feb 2002); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (Jun 2003)( Including 52.203-6, 52.219-8, 52.219-9, 52.219-9 ALT II, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33 and 52.239-1); 52.219-9 Small Business Subcontracting Plan (Jan 202); 52.233-2 Service of Protest (Aug 1996)(fill in: Theodore W. Fiske, Code 220000D, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100) 52.246-2, Inspection of Supplies Fixed Price (Aug 1996) 252.204-7004, Required Central Contractor Registration, (Nov 2001); 252-212-7000, Offeror Representations and Certifications ? Commercial Items (Nov 1995) (Offeror shall include a completed copy of this provision with proposal); 252.212-7001, Contract terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2003)(including 52.203, 252.205-7000, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023 and 252.247-7024); 5252.243-9504, Authorized Changes by the Contracting Officer (Jan 1992)(to be completed at award). The internet address for FAR clauses/provision is http://farsite.hill.af.mil/. The NAPS clause/provision is http://www.abm.rda.hq.navy.mil/nap1.html. The anticipated award date is 25 Sep 03. All responsible sources may submit a proposal, which shall be considered by the agency. *(Turnkey rate to include all costs, related to data collection including, but not limited to, personnel, equipment, vehicles, vehicle maintenance, repairs, travel costs, camp facilities and commissary, instrument and equipment maintenance, telephone, testing and repairs, surveying, communications, magnetic tapes, maps, fuel, lubricants, filter, normal line reclamation, medical services, insurance, corporate/income tax, safety and hygiene equipment, all consumables, and permitting/agent(s). Not included in the turnkey rate may be costs for permits (payments to landowners), sales tax, and optional services or equipment with prior approval in writing. Special equipment, optional extras, exceptions to the turnkey rate, third party charges and reimbursable, must be detailed. Any equipment services, or charges not specifically listed additional charges shall be considered as part of the turnkey rate.)
 
Place of Performance
Address: Hawthorn Army Ammunition Depot, Hawthorn (HWAD), NV and the Naval Air Station Fallon (NASF), NV
 
Record
SN00414091-W 20030829/030827214209 (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.