Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

R -- PROJECT SPECIFIC PRE-QUALIFICATION CRITERIA - Geophysical Logging

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Energy, Bechtel SAIC Company, LLC (DOE Contractor), Yucca Mountain Project, 1180 Town Center Drive, Las Vegas, NV, 89114
 
ZIP Code
89114
 
Solicitation Number
PPD-PQ-022806-001
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) and to subsequently award a Technical Professional Services Subcontract to provide the services described below to pre-qualified bidders only. To be deemed pre-qualified to bid on the RFP, potential bidders must respond to each criteria with sufficient detail and documentation to demonstrate the ability to meet each element of the "Pre-qualification Criteria" Section addressing their specific areas of expertise and qualification. BSC will evaluate submitted information for each category but may request additional specific information, as deemed necessary, to evaluate each potential bidder's ability and qualifications to perform the required Scope of Work. Summary Scope of Work: BSC has a need to obtain Geophysical Logging services for the U.S. Department of Energy (DOE), Yucca Mountain Project. The contemplated Subcontract will include any or all of the following Geophysical Logging activities: Compensated Formation Density ? GR Induction ? GR Multi-Arm Caliper ? GR Natural Gamma-Ray (GR) - to be run in combination with other log devices. Geophysical logging is planned for ten (10) to thirty (30) boreholes, which will be drilled for the purposed Expanded North Portal Facilities Area. The actual number of boreholes logged will be based on borehole availability. Field logistics and the availability of drilled boreholes will determine the number of boreholes logged during a deployment. Two or more deployments may be necessary to accomplish the required geophysical logging. The anticipated maximum borehole depth is one thousand five hundred (1500) to two thousand (2000) feet with a nominal borehole diameter of eight (8) inches. The anticipated surface casing depth is two hundred (200) feet. Location of the Work: All work shall be performed on the Yucca Mountain Project Site, which is located in or near Area 25 of the Nevada Test Site. The work site is located approximately 100 miles northwest of Las Vegas, Nevada. Period of Performance: The estimated RFP issuance date is April 12, 2006. The anticipated planned date for award of the Geophysical Logging Services Subcontract is late May 2006. The estimated Period of Performance is to begin work in June 2006, with an anticipated overall duration of approximately nine (9) months, including time between deployments. Subcontract Type: It is anticipated that a Lump Sum/Fixed Unit Price Subcontract for Technical Professional Services will be awarded for this requirement. Pre-qualification Criteria: To qualify to bid on the RFP, the Respondent must be able to demonstrate and provide documented evidence to substantiate that the Respondent can meet the specified requirements listed below. NOTE: "Respondent" means the firm(s) responding to the Pre-qualification. 1. Does the Respondent have the capability of performing compensated formation density, multi-arm borehole caliper, gamma ray and inductive resistivity measurements through a nominal eight (8) inch diameter borehole to depths of two thousand (2000) feet? YES ____ NO ____ If "Yes" provide additional information. 2. Does the Respondent have a minimum of three (3) years experience in Geophysical Logging utilizing the types of measurements required? YES ____ NO ____ If "Yes" provide additional information. 3. Are the Respondent's personnel able to have access to the Nevada Test Site (i.e. U.S. Citizens)? YES ____ NO ____ 4. Does the Respondent have logging tools that are capable of continuous measurements in fluid or air filled boreholes ranging from five (5) to fourteen (14) inches in diameter? YES ____ NO ____ 5. Does the Respondent have recording equipment capable of real-time display to allow site personnel to view results during the logging process? YES ____ NO ____ If "Yes" provide additional information 6. Is the Respondent familiar with and able to adhere to all state and Nevada Test Site requirements for operating and transporting hazardous materials (i.e. MSDS information, etc.)? YES ____ NO ____ 7. Does the Respondent have experience working as a government subcontractor? YES ____ NO ____ If "Yes" provide information 8. Does the Respondent have experience working as a US DOE subcontractor? YES ____ NO ____ If "Yes" provide information where, when, and how long. 9. Can the Respondent provide a QA/QC Program that would be acceptable for work on a US DOE site? YES ____ NO ____ If "Yes" provide information on the QA/QC Program. 10. If so, has the QA/QC Program been submitted for US Government projects? YES ____ NO ____ If "Yes" provide information. 11. Can the Respondent provide an Environmental, Safety, and Health (ES&H) Program that would be acceptable for work on a US DOE site? YES ____ NO ____ If "Yes" provide information on the ES & H Program. 12. If so, has the ES & H Program been submitted for US Government projects? YES ____ NO ____ If "Yes" provide information. 13. Can Respondent provide business and project references that will verify the Respondents technical capability, experience, and the ability to meet schedule requirements? YES ____ NO ____ 14. Does Respondent have reliable, well-maintained geophysical logging equipment with current calibrations? YES ____ NO ____ If "Yes" provide information on the type, age, and quantities of equipment available. 15. Does the Respondent have adequate trained and experienced personnel with sufficient resources to perform the required Scope of Work in the estimated Period of Performance time frame? ` YES ____ NO ____ If "Yes" provide information on the Respondent's personnel, their experience, and the company?s experience, capabilities and resources. Response Submittal: Five (5) hard copies of Respondent's submittals and one (1) submission via e-mail are required no later than 1:00 p.m. Pacific Standard Time (PST) Friday, March 31, 2006. Include the company name, mailing address and FEDEX address as well as the name, title, address, telephone number, facsimile telephone number, and e-mail address of the responsible person to whom future communications regarding the Pre-qualification and the RFP should be addressed. Respondent must submit, at a minimum, documentation substantiating that the experience requirements can be met as outlined under the "Pre-qualification Criteria." Partial or incomplete responses will not be considered. If Respondent fails to submit the complete information as required, Respondent may not be considered for further pre-qualification review or receive an RFP for solicitation. Unnecessarily elaborate brochures or other presentations, beyond that sufficient to present a complete and effective pre-qualification package to this notice, are not desired. Elaborate artwork, expensive paper and bindings, and expensive visual and other presentation aids are neither necessary nor wanted. Respondent's documentation shall not exceed a limit of 30 pages. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: BECHTEL SAIC COMPANY, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Howard Reading, Procurement Subcontract Specialist Pre-qualification No: PPD-PQ-022806-001 E-mail: howard_reading@ymp.gov Fax: (702) 295-0019
 
Place of Performance
Address: Yucca Mountain Project Site, Area 25, Nevada Test Site, Mercury, NV
Country: United States
 
Record
SN00997809-W 20060304/060302211916 (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.