SOLICITATION NOTICE
Y -- Drill and Install Approximately Twenty New Relief Wells, Wright-Patman Dam, Texarlama, Texas
- Notice Date
- 5/11/2006
- Notice Type
- Solicitation Notice
- 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-0051
- Response Due
- 6/30/2006
- Archive Date
- 8/29/2006
- Point of Contact
- Robin Revard, 817.886-1065
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth
(Barbara.J.Giddens@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Wright-Patman Dam Relief Wells in Texarkana, Texas. This project provides for the drilling and installation of approximately twenty new relief wells along the downstream toe of the main embankment of the Wright-Patman Dam in Texarkana, Texas. The wel ls depths are approximately thirty to forty feet BGS. The holes shall be twenty inches in diameter with an eight inch polyvinylchloride, (PVC), well screen installed. Pump testing will be performed on selected wells and each well will have a concrete wellh ead with a gate installed on the surface. Two options will be included in the solicitation to install and test and additional 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 opti ons are awarded. The successful offorer must be a registered water well installer in the State of Texas. The minimum equipment 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. Work ing conditions: Works outside in varying degrees of temperature depending on seasonal conditions. Subject to such hazards as working around moving machinery, unimproved work surfaces and flood prone, high-groundwater tables. Maybe exposed to excessive nois e, dust, silica, fumes, smoke, gases and solvents. Maybe exposed to poisonous snakes, reptiles, plant or insects and high 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 Unrestricted type contract is anticipated using Best Value evaluation criteria. The North American Industrial Classification System, (NAICS), cod e applicable to this acquisition is 237110 Water and Sewer Line and Related Structures Construction. The small business size standard is $31 Million. The Federal Supply Code is Y249, Construct Other Utilities. The estimated magnitude of construction is b etween $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 of 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 however, all construction performance must be in compliance the USACE Safety and Health Requirements Manual, (EM 385-1-1), and must also comply with all Federal, State and local laws, ordin ances, codes and/or regulations. Award will be based on overall Best Value to the Government. The RFP solicitation, (W9216G-06-R-0051), is anticipated to be issued on or about 1 June 06 and the estimated proposal due date is on or about 30 June 06.The Smal l Business Size Standard is $31 Million. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&Solicitati onNumber=W9126G-06-R-0051 (Do not include period at end of link). The use of the FedTeds website requires prior registration at www.fedteds.gov. Plans and specifications will not be made available in paper format or on compact disc. It is the offerors responsibility to monitor the FedBizOps web site and FedTeds web site for amendments to the solicitation. You must be registered with the Central Contractor Registration Database,(CCR), to receive a Government contract award. You may register with the CCR at http://www.ccr.gov/. The Primary Point of Contract for this project is Mr. David M. Deleranko, USACE Contract Specialist, (817)886-1087. Plans and specifica tion will not be provided in a hard paper copy format unless the Government determines that it is absolutely necessary. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors r esponsibility to view the FedTeds website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedTeds address after solicitation issuance at the following addr ess: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0051 Contractors shall register themselves at this Website under the solicitation number to receive a copy of the solicitation. Further, all potenial offerors are also encouraged to visit the Armys Single Face to Industry Website located at http://acquisition.army.mil/default.htm to view other official business opportunities.
- Place of Performance
- Address: Wright Patman Lake Office P O Box 1817 Texarkana TX
- Zip Code: 75504-1817
- Country: US
- Zip Code: 75504-1817
- Record
- SN01046500-W 20060513/060511221051 (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 |