Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

38 -- DIRECTIONALLY DRILLED BOREHOLES AT LAKE LYNN LABORATORY

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
213111 — Drilling Oil and Gas Wells
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2006-Q-08926
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit is scheduled for Tuesday, August 8, 2006, at 9:00 AM EST. at the Lake Lynn Laboratory, 2546 Springhill Furnace Road, Rt 857, Lake Lynn, PA 15451. Please contact Brenda Goodwin 304/285-5882 or bcg1@cdc.gov to register and receive directions. 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a small business set-aside under Request for Quotation No. 2006-Q-08926. The NAICS is 213111 with a size standard of 500 employees.. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The National Institute for Occupational Safety and Health (NIOSH) is conducting ongoing field and laboratory investigations that are focused on remote application of extinguishing agents, deployment strategies for firefighting equipment, and permanent and temporary fire containment sealing technology. The goals of this research are to evaluate new and existing technologies and to limit miner exposure by developing or improving suppression strategies to help ensure the best possible outcome during a mine fire. The bulk of the work is being conducted at the NIOSH Lake Lynn Laboratory (LLL) located off Pennsylvania State Route 857, southwest of Fairchance, Fayette County, PA (about 60 miles southeast of Pittsburgh, Pennsylvania and 10 miles northeast of Morgantown, WV). LLL is a highly sophisticated underground and surface laboratory located where large-scale explosion trials, mine fire research and a myriad of other mine safety and health research programs are conducted. The underground workings, known as the Lake Lynn Experimental Mine (LLEM), are sized to match those of commercial mines, thus making them true, full-scale test galleries. The proposed work will be completed over a 3 (three) month time period at the LLEM. This work involves the drilling and completion from 2 (two) to 4 (four) boreholes to the underground mine workings below. NIOSH will survey the surface and underground locations. It is estimated that the depth to the mine void for each borehole will be no more than 350 ft. The exact number of boreholes to be drilled, actual depths and all surface and underground survey data will be provided to the Contractor before the commencement of drilling operations. The Contractor shall drill a sufficiently sized borehole and set surface conductor casing and cement to the surface as needed. The Contractor will then drill a 10?? to 10?? in diameter borehole to within 1 ft of the mine void. The mine void penetration point is of critical importance and it is therefore essential that the borehole penetrate the mine void to within 3 ft of the surveyed horizontal mine level location. The Contractor is required to utilize downhole directional drilling techniques and the appropriate downhole surveying technology to guide the borehole to the desired underground location. If the borehole wanders excessively (beyond the variance outlined above) and penetrates the mine void at the wrong location, NIOSH may require the borehole to be re-drilled at no additional cost. The Contractor will set 8?? in diameter J-55 (or K-55) seamless well casing to the total depth of the borehole. The casing will be equipped with sufficient centralizers, baskets and/or cement shoe to ensure a successful cementing operation. The Contractor will then cement each borehole to the surface with API Class-A type cement. Once the cement has set, the Contractor will drill the remaining distance to the mine void. When the borehole drilling operations have been completed, the Contractor will provide and install a wellhead that is capable of holding 2?? in diameter tubing. The wellhead will have two ports that will be closed with high pressure bull plugs. Once the drilling work has been completed, the Contractor will generate a final report that will summarize the work conducted at each drill site. The complete Statement of Work is contained in the attached solicitation package uploaded to this website. Availability of funding will determine how many boreholes can be drilled, therefore, pricing shall be provided as follows: Line Items costs shall include breakout of surveying, casing, cementing, wellhead, etc.. CLIN 0001 Drilling of Borehole C1 IAW SOW; CLIN 0002 Drilling of Borehole C2 IAW SOW; CLIN 0003 Drilling of Borehole A1 IAW SOW; CLIN 0004 Drilling of Borehole A2 IAW SOW; CLIN 0005 Mobilization/demobilization and downhole surveying costs per site; CLIN 0006 Summary Report Generation and CLIN 0007 Reclamation Costs Period of Performance is 3 months after receipt of notice to proceed. EVALUATION: Quotes will be evaluated in accordance with applicable acquisition policies and procedures. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and delivery considered. Failure to provide sufficient information to demonstrate compliance with all requirements included herein may result in rejection of your offer. GENERAL INFORMATION: Place of Performance is Lake Lynn, PA. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items ; 52.212-2, Evaluation -- Commercial Items ; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act -- Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.34, and Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3). Form 1449 is available at http://www.gsa.gov/forms. OFFERS ARE DUE by Thursday, August 17, 2006, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services Section B and at minimum, a description of methods to ensure directional drilling will result in hitting mine void penetration point; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 ; and (4) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882, fax (304) 285-6083 or e-mail BGoodwin@cdc.gov. Submit written quote to: Centers for Disease Control & Prevention/PGO/AAFB, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2006-Q-08842, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency. All vendors must be registered in the Central Contractor Registry (CCR) at the time offers are received to be considered for award. Vendors may register at www.ccr.gov. A solicitation package is being uploaded to this website with this notice.
 
Place of Performance
Address: Lake Lynn Laboratory, 2546 Springhill Furnace Road, Rt 857, Lake Lynn, PA
Zip Code: 15451-0000
Country: UNITED STATES
 
Record
SN01103995-W 20060804/060802220348 (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.