Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2006 FBO #1613
SOURCES SOUGHT

Y -- Drilling and Installation of approximately 20 new relief wells along the downstream toe of the main embankment at Wright-Patman Dam, Texarkana, Texas

Notice Date
4/25/2006
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-WELL
 
Response Due
6/30/2006
 
Archive Date
8/29/2006
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, (USACE), Fort Worth District has been tasked to solicit and award a contract for The drilling and installation of approximately twenty new relief wells along the downstream toe of the main embankment at Wright-Patman Dam in Texarkana, Texas. The wells depths are approximately thirty to forty feet BGS. The holes shall be twenty inches in diameter with an eight inch pol yvinylchloride, (PVC), well screen installed. Pump testing will be performed on selected wells and each well will have a concrete wellhead with a gate installed on the surface. Two options will be included in the solicitation to install and test an additio nal eight wells. The period of performance is 70 days for the base bid and 15 days for each option for a total of 100 days if all options are awarded. The successful offorer must be a registered water well installer in the State of Texas. The minimum equip ment necessary include a large crane and crawler mounted drilling rig, geotechnical commercial water well driller with a minimum 50 ft depth and 20 inch diameter, a 2 inch centrifugal pump, a 2 ton 100 gallon water truck, a half ton 4X4 pick-up and a front end loader with a 1/3 yard minimum. All equipment must be in a condition to render efficient, economical and continuous service. Working conditions: Works outside in varying degrees of temperature depending on seasonal conditions. Subject to such hazards as working around moving machinery, unimproved working surfaces and flood prone, high-groundwater tables. Maybe exposed to excessive noise, dust, silica, fumes, smoke, gases and solvents. Maybe exposed to poisonous snakes, reptiles, plant or insects and hi gh heat conditions exceeding 100 degrees Fahrenheit with humidity above 90 percent. The successful contractor, in times of high release rates, maybe required to construct bulkheads at the road culverts to protect the work area. A firm fixed price type con tract is contemplated. The North American Industrial Classification System, (NAICS), code applicable to this acquisition is 237110  Water and Sewer Line and Related Structures Construction. The small business size standard is $31 Million. The Federal Supp ly Code is Y249, Construct Other Utilities. The estimated magnitude of construction is between $250,000.00 and $500,000.00. Under current Federal Acquisition Regulation, (FAR), guidelines the prime contractor must have the capability to perform a minimum o f 15% of the contract not including the cost of materials with its own employees. Prior Government contract work is not required for submitting a response under this source sought synopsis however, all construction performance must be in compliance the USA CE Safety and Health Requirements Manual, (EM 385-1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The Government must ensure that there is adequate competition among the potential pool of contractors which is the purpose of this sources sought synopsis. The intent is to issue a solicitation on an Unrestricted basis, unless a determination is made that there is a reasonable expectation of receiving offers from at least two responsible HUBZone, 8(a) o r Service Disabled Veteran Owned, (SDVO), concerns and award will be made at a fair market price. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 1 June 06 and the estimated proposal due da te is on or about 30 June 06. The official FEDBIZOPS synopsis citing the solicitation number and inviting offerors to register electronically to receive a copy of the solicitation when it is issued, is anticipated to be available on or about 15 May 06. Off erors response to this synopsis shall be limited to five pages and shall include the following information: Offerors name, address, point of contact, phone numb er and email address. Offerors are also welcome to advise of their lack of interest in this type of acquisition along with comments explaining the reasons for their disinterest and any recommendations for making this solicitation more appealing. Offerors s hould address their capability to perform in this geographical area and logistical challenges if any. A brief synopsis of comparable work performed within the past five years to include a brief description of the project, customer name, timeliness of perfo rmance, customer satisfaction and dollar value of the project are also required. Offerors will need to provide their business size for the applicable NAICS code and bonding capacity, (Construction bonding level per contract and aggregate construction bondi ng  both expressed in U.S. Dollars). Interested offerors shall respond to this Sources Sought Synopsis no later than 2:00PM (CST), 5 MAY 2006. Mail, fax or email your response to Mr. David M. Deleranko, USACE  Fort Worth District, ATTN: CESWF-CT-C, 819 T aylor Street, Room 2A19, Fort Worth, Texas 76102-0300. Fax: (817) 886-6407. E-mail address: david.m.deleranko@swf02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01034806-W 20060427/060425220732 (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.