Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

B -- YUCCA MOUNTAIN PROJECT, REPOSITORY FACILITY GEOTECHNICAL DRILLING & WELL COMPLETION

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping 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
ENG-PPD-PQ-082806
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
Bechtel SAIC Company, LLC (BSC), herein known as Contractor, intends to issue a Request for Proposal (RFP) 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 affirmatively and with sufficient detail to the "Pre-Qualification Criteria" section, Questions 1 through 9, addressing their specific areas of expertise and qualification. Summary Scope of Work: Bechtel SAIC Company, LLC (BSC) has a need to obtain services for drilling and monitoring well completion for the U. S. Department of Energy (DOE). These drilling activities to geotechnically and geophysically characterize the soil and rock that underlies planned buildings and other structures being designed for a high-level nuclear waste repository at Yucca Mountain, in Southern Nevada. All drilling activities will occur within Area 25 of the Nevada Test Site. BSC is planning to conduct a drilling and well completion program consisting of approximately 44 boreholes. These 44 boreholes will consist of two basic types: Approximately 32 of these boreholes are planned to be drilled using sonic coring and sampling methods through alluvium and the softer, unwelded to partially-welded, volcanic ash and tuff layers that underlie the alluvium in the drilling area. The goal of these boreholes will be to tag the top of the hard Tiva Canyon tuff formation that underlies the alluvium and softer ash/tuff units. These boreholes will vary in depth from approximately 150 feet to approximately 650 feet, with the vast majority falling in the 300 to 650 foot range. If sonic coring methods fail to reach the desired contact depth of the Tiva Canyon formation in these boreholes, then conventional coring methods will be used below the sonic cored portion in order to complete the boreholes to the desired depth. Upon reaching total depth, these holes will be plugged and abandoned in accordance with the requirements of Nevada state law. The remaining approximate 12 boreholes will be drilled to greater depths and then completed as monitoring wells with grouted-in PVC casing in order to conduct downhole seismic measurements in the completed wells. These wells will initially be sonic cored through the alluvium and into, or through, the softer ash/tuff units below, or to the maximum extent of the sonic system. Upon reaching the harder Tiva Canyon tuff formation, or the maximum extent of the sonic system, the wells will be conventionally cored to a particular geologic horizon within the harder rock unit. The total depth in these holes is estimated to vary between approximately 350 to 1300 feet, depending on the formations encountered. Because these wells must be completed with 3" minimum inside diameter PVC casing that is grouted in place, the conventional coring operations can occur in either of the following two ways: 1) using a large diameter coring system, large enough to accommodate the PVC casing and necessary annular space for grouting operations in one pass, or 2) using a smaller diameter coring system (e.g., HQ) along with a reaming system to ream the holes to the final diameter necessary to grout the PVC casing in place. In either case, 100% of the borehole must be cored (sonic and conventional). Upon reaching total depth in each hole, geophysical and video logs will be performed in the wells by YMP personnel, prior to completion with PVC casing cement grout by the drilling subcontractor. A state of Nevada licensed well driller is required for this drilling program. Location of Work: All work shall be performed within Area 25 of the Nevada Test Site. Period of Performance: The estimated RFP issuance date is October 16, 2006. The anticipated date for award of the Construction Services Subcontract is December 20, 2006. The estimated period of performance is to begin work in January 15, 2007 with an expected duration not to exceed six (6) months. Subcontract Type: It is anticipated that a Firm Fixed Price, Unit Rate Subcontract will be awarded for the requested drilling services. 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 requirements listed below. Respondent is requested to provide the following information: 1) Does the Respondent have a minimum of five (5) years experience in sonic coring, conventional coring, and well completion activities that are similar in Scope of Work described above? ‪__Yes __No If "Yes" provide additional information including 1) corporate experience summary, and 2) key personnel experience (listing of key personnel, experience type, where, when, and how long) 2) Can the Respondent provide a State of Nevada licensed well driller to oversee and implement this drilling project? ‪__Yes __No 3) Can the Respondent provide business and project references that will verify the Respondents technical capability, experience, and ability to meet schedule requirements? __Yes __No If "Yes" provide a minimum of five (5) client references, including primary point of contact and telephone number 4) Does the Respondent have reliable and well maintained drilling and support equipment available? __Yes __No If "Yes" provide information/description on the type, age, and quantities of equipment available 5) Completion of this drilling program to a set schedule is paramount. Does the Respondent have sufficient resources available such as multiple drill rigs and/or multiple crew shifts/day to support completion of this drilling project on a set schedule? __Yes __No If "Yes" provide additional information on resource capabilities to meet a set schedule 6) Does the Respondent have a written Quality Assurance Program (QAP) that meets the minimum applicable requirements of DOE Order 414.1C, Quality Assurance? (Note: a copy of DOE Order 414.1C an be found at http://www.directives.doe.gov/pdfs/doe/doetext/neword/414/o4141c.pdf) __Yes __No If "Yes" provide a copy of the current Quality Assurance Program (QAP) document 7) Does the Respondent have a written Environmental, Safety, and Health (ES&H)? __Yes __No If "Yes" provide a copy of the Respondents ES&H program and EMR Rating. 8) Does the Respondent understand that access to the Nevada Test Site will require U. S. citizenship for any personnel proposed for this project? __Yes __No 9) Does the Respondent understand that working for BSC on the Nevada Test Site will require the Respondent to become signatory to the Construction Project Labor Agreement for the Nevada Test Site (between BSC and the Southern Nevada Building and Construction Trades Council and Other Signatory Unions), and that the successful bidder must abide by its requirements? The Project Labor Agreement can be located under the National Security Technologies, LLC website, http://www.nstec.com Procurement home page, Terms and Conditions, Construction Maintenance. __Yes __No Regards, L. M. (Maine) Collins RESPONSE SUBMITTAL: This is not a solicitation for Proposal and providing the requested information will not guarantee an award of Contract. All questions concerning this RFI may be faxed to (702) 295-0019. Responses are to be sent via E-mail: Louis_Collins@ymp.gov on/or before September 15, 2006. Respondent must include the name, title, address, telephone number, facsimile telephone number, and email address of the responsible person to whom future communications regarding this RFI should be addressed. Bechtel SAIC Company, LLC 1180 Town Center Drive Las Vegas, Nevada 89144
 
Place of Performance
Address: Within Area 25 of the Nevada Test Site.
Zip Code: 89023
Country: UNITED STATES
 
Record
SN01127253-W 20060830/060828220258 (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.