Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

49 -- REPAIR OF EXISTING AND DRILLING NEW WATER WELLS

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-T-0056
 
Response Due
9/15/2006
 
Archive Date
11/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and a more detailed solicitation is available on the Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/ or at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912EE-06-T-0056 , which includes exhibits that could not be poste d as this site. Hard copies will not be available. Offerors should check the FEDTEDS Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. Solicitation Number W912EE-06-T-0056 is being issued as a Request for Quotation (RFQ) wi th the intent to award as a firm fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This acquisition is Set-Aside 100% for Small Business, with NAICS CODE 541990 and Size Standard: $6.5 Million. This procurement may be quoted as follows: Offers are required to furnish pricing for the Base Year and all Option Years. This is an Indefinite Delivery/Indefinite Quantity contract. The Government obligates itself to a minimum of $2,000.00 in the base year and a minimum of $1,000.00 in each opti on year even though no services may be required. Task Orders issued in any one contract period shall not exceed a cumulative total of $100,000.00 for the base and each successive option year. FIXED PRICE, LOADED HOURLY RATES MUST BE PROVIDED FOR THE LABOR CATEGORIES LISTED BELOW. THIS LIST IS NOT ALL INCLUSIVE. ADDITIONAL LABOR CATEGORIES AND OTHER DIRECT COST MAY BE NEGOTIATED PRIOR TO ISSUANCE OF TASK ORDERS SUPPLIES/SERVICES BASE YEAR and FOUR OPTION YEARS  Provide all transportation, labor, equipment, and supplies to perform the base work items listed in the scope of work in accordance with the specifications and the State of Mississippi, Office of Land and Water Resources. ITEM NO. 0001 Base Year OCCUPATIONS Electrician hr. $____________________ General Maintenance Workers hr. $____________________ Heavy Equipment Operator hr. $____________________ Plumber, Maintenance hr. $____________________ Welder, Combination, Maintenance hr. $____________________ Well Driller hr. $____________________ Truckdriver, Light Truck hr. $____________________ Truckdriver, Medium Truck hr. $____________________ Truckdriver, Heavy Truck hr. $____________________ ITEM NO. 0002 1st Option Year OCCUPATIONS Electrician hr. $____________________ General Maintenance Workers hr. $____________________ Heavy Equipment Operator hr. $____________________ Plumber, Maintenance hr. $____________________ Welder, Combination, Maintenance hr. $____________________ Well Driller hr. $____________________ Truckdriver, Light Truck hr. $____________________ Truckdriver, Medium Truck hr. $____________________ Truckdriver, Heavy Truck hr. $____________________ ITEM NO. 0003 2nd Option Year OCCUPATIONS Electrician hr. $____________________ General Maintenance Workers hr. $____________________ Heavy Equipment Operator hr. $____________________ Plumber, Maintenance hr. $____________________ Welder, Combination, Maintenance hr. $____________________ Well Driller hr. $____________________ Truckdriver, Light Truck hr. $____________________ Truckdriver, Medium Truck hr. $____________________ Truckdriver, Heavy Truck hr. $____________________ ITEM NO. 0004 3rd Option Year OCCUPATIONS Electrician hr. $____________________ General Maintenance Workers hr. $____________________ Heavy Equipment Operator hr. $____________________ Plumber, Maintenance hr. $____________________ Welder, Combination, Maintenance hr. $_ ___________________ Well Driller hr. $____________________ Truckdriver, Light Truck hr. $____________________ Truckdriver, Medium Truck hr. $____________________ Truckdriver, Heavy Truck hr. $____________________ ITEM NO. 0005 4th Option Year OCCUPATIONS Electrician hr. $____________________ General Maintenance Workers hr. $____________________ Heavy Equipment Operator hr. $____________________ Plumber, Maintenance hr. $____________________ Welder, Combination, Maintenance hr. $____________________ Well Driller hr. $____________________ Truckdriver, Light Truck hr. $____________________ Truckdriver, Medium Truck hr. $____________________ Truckdriver, Heavy Truck hr. $____________________ Notes: Overhead, fringe benefits, general and administrative expenses, and profit shall be included in the above unit rates. Other Significant Costs, when required and authorized by the Contracting Officer, will be negotiated separately for each individual delivery order. Other Significant Costs items may include special equipment, supplies, labor cost, etc. 1.1.1 GENERAL SCOPE OF WORK There are 8 basic work items associated with this contract as follows: a. Pump and motor repair or replacement. b. Electrical repairs (includes installation and replacement of treated posts, panel box, disconnect switches, motor starters, wiring, wiring conduit, and lightning arrestors). c. Repairs or replacement of pond fill lines and butterfly valves. d. Repair or replacement of drainage pipe. e. New well installation. f. Pump tests and reports. g. Abandonment of existing wells. h. Disposal of refuse and used equipment. 1.1.2 Location/Description The work is located on property owned by the Corps of Engineers and known as Muscadine and Driftwood. The property is located in Washington County east of Avon, Mississippi. The total project area comprises approximately 1,500 acres and was acquired to m itigate construction losses associated with construction of the Upper Yazoo Projects. The area will be primarily operated in October through February of each year to attract waterfowl and other birds associated with moist habitat. 1.1.3 Work Period Unless restricted by wet weather or other excruciating circumstances, the Contractor shall begin work within 2 days of notice to proceed. Work is permitted 7-days per week. 1.1.4 Detailed Work Description The objective of this contract is to standardize electrical equipment and piping at both locations and to make repairs in a timely manner. The contractor shall replace faulty, non-standard parts with parts specified in this contract. The alpha character s below represent the ones above in Section 1.1.1. A. PUMP AND MOTOR REPAIR/REPLACEMENT Submersible Electric Motor/Pump: Replacement parts shall be a Hitachi Dual Submersible Motor, heavy duty canned, dual voltage type of NEMA design, 3450 RPM. The outside diameter of the unit shall not exceed six inches and connected to a drop pipe that ex tends beyond the top of the well casing and capable of producing a minimum yield of 500 gallons per minute. The motor shall be capable of continuous operation under water at the specified conditions outlined above. A suitable thrust bearing shall be inco rporated in the lower end of the motor adequate to receive the entire hydraulic thrust load of the pump unit plus the weight of the rotating parts regardless of rotation. The motor shall be 15 HP, have a 1.15 service factor and suitable for use on 460/230 volt, three phase, 60 Hz electrical service. The motor/pump unit shall be positioned within 15 to 20 of well bottom. The motor leads shall be of sufficient length so that they may be spliced above the bowl assembly and the leads shall be protected by a type 304 stainless steel cable guard held in place with stainless steel banding. As the motor leads exit the top of the cable guard it shall be properly protec ted to prevent damaging or cutting the lead by the cable guard material. B. ELECTRICAL REPAIRS Electrical Service Box: The service panel box shall be Square D Well Guard Class 8940 of NEMA Type 3R and will be connected to the electrical service through a visible blade, fused, disconnect switch suitable for irrigation purposes. The motor starter sho uld be a NEMA size 2 (Square D 8502SDO2) with adjustable instantaneous overcurrent protection (Square D Motor Logic Class 9065 Type SS210). The box will have a lightning arresting device installed according to NEC Article 250 Section III and shall be grou nded according to NEC Article 675. The electrical service panel box shall be mounted on an insect and decay resistant (treated) post and have a weather head suited for line connection by the power association. Mounting and post dimensions shall comply wi th regulations established by Twin County Electric Power Association. Panel boxes shall not be mounted to utility poles owned by the power association. Cable: Cable shall be sized to limit the voltage drop to no more than 5%. The cable shall have three separate conductors and a ground and shall be included in a single continuous jacketed assembly. The cable should be the length of the discharge pipe pl us fifteen feet to extend from the surface plate to the electrical controller. The cable should be adequately secured to the discharge pipe by plastic ties, or other non metallic means, at 10 foot intervals. C. REPAIR OR REPLACE POND FILL LINES AND BUTTERFLY VALVES Pipe and Connectors: In no event shall underground pond fill piping be repaired using less than 8 inch Plastic Irrigation Pipe (PIP). A metal or PVC pond valve capable of controlling flow must be secured on the outflow of each fill line. All PVC pipe mu st be assembled utilizing PVC cleaner and PVC pipe glue. If the disconnection of underground piping is required during well repair or new well installation, the Contractor shall provide all labor, equipment, and supplies to reconnect the piping to the new or repaired well head. D. REPAIR OR REPLACE POND DRAIN PIPES AND BUTTERFLY VALVES Pipe and Connectors: In no event shall pond drain piping be replaced using less than 10 PIP. Steel pipe being replaced shall be excavated and removed from the pond levee. The overall length of the PVC pipe shall be the same length as the steel pipe bei ng removed (+/- 5 feet). The PVC pipe being replaced shall be placed in the approximate location as the pipe being removed. Each drain pipe shall extend through the levee and approximately 10  15 on either side of the levee depending on length of pipe being removed. The exterior end of the pipe shall be fitted with a drain T and adjustable valve capable of controlling flow. The drain T shall also be fitted with a stand pipe cut to the length necessary to hold no more than 24 of water on the interior of each pond. The Contractor may be required to fit a slotted pipe on the interior end of the pipe to prevent large debris from clogging the drain pipe but allowing small trash to flow freely. E. NEW WELL INSTALLATION Wells shall be a minimum of 10 inch PVC and completed to a minimum depth of 90 feet below grade. The length of well screen, length of riser pipe, and interval of filter pack placement and grout shall be conducted in accordance with State laws. All drilli ng mud shall be a fluid media composed of water and bentonite clay readily thinned with commercial mud thinners or biodegradable polymer mud that will break down naturally. The specific gravity and the character of the fluid shall be such that the product ion of the aquifer will not be impaired. Well screen shall be of PVC type. Screen openings shall be uniform in size and pattern, and shall be spaced equally around the circumference of the pipe. Screen in adequate length for all wells drilled shall be s upplied by the Contractor. Each of the wells shall be fitted with a m inimum of 60 linear feet of screen. Each well shall be fitted with approximately 30 feet of riser pipe. Well filter material shall consist of well-graded, clean sand, manufactured by dry processing. The filter material shall be free from adherent coati ng and shall not consist of crushed stone. The Contractor shall provide a neat cement grout, Type I or II Portland Cement conforming to ASTM C 150, and water. The grout mixture shall have a weight of at least 15 lbs/gallon. No more than five percent by weight of bentonite powder may be added to the cement grout to reduce shrinkage. Each well shall be constructed in a manner that meets the regulatory requirements of the Mississippi Office of Land and Water Resources. Methods of construction shall include using drilling mud for conventional fluid rotary drilling. Minimum diameter of the final hole for the well shall result in a minimal annular space of approximately four inches between the outside of the well and the borehole wall. All riser pipe and screen shall be in good condition before installation and all couplings and other ac cessory parts shall be securely fastened in place. The successive lengths of pipe shall be arranged to provide accurate placement of the screen sections in the bore hole. Centralizers shall be attached to the assembled riser pipe and screen in such numbe rs and of a type that they will satisfactorily center the riser pipe and screen in the well and will hold it securely in position while the filter pack material is placed. Following placement of the well screen, the entire annular space between the screen and the outside wall of the borehole shall be filled with filter pack material. The filter envelope shall extend a minimum of one foot below the base of the screen to two feet above the top of the well screen. The speed of filter material placement shall be controlled to prevent bridging and to allow for settlement. A two (2) foot thick bentonite seal shall be placed over the filter pack to prevent intrusion of grout into the screened interval. The riser pipe shall be grouted from the top of the bentoni te seal to land surface using a tremie pipe or other method approved by the Mississippi Office of Land and Water Resources. The grouting operation shall be carried out in one continuous operation. The cement grout shall meet the specifications outlined a bove. The pump intake for each well shall be set 60 feet below the top of the casing. The Contractor shall also provide and install drop pipes, electrical control boxes, and wire for each pump. The pumps shall be operated for a period of 20 minutes afte r installation to assure correct motor polarity and visually validate water supply. NOTE: Specifications and any amendments issued to this solicitation may be obtained from the Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/. NOTE: All offerors are responsible for regularly checking the Website for amendme nts. If an offeror is unable to pull up the referenced Website, they should call or preferably e-mail the responsible POC for this solicitation, Trudy H. James, at the following e-mail address: Trudy.H.James@mvk02.usace.army.mil or phone: 601/631-7265. QUOTATION COMPLETION AND SUBMISSION INFORMATION: If submitting a quotation, information as requested in Contract Clause Numbers 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005), 52.212-2, EvaluationCommercial Items (Jan 1999), and 52.212-3 Offeror, Representation and Certifications-Com mercial Items (MAR 2005), must be completed and return with your quotation. EVALUATIONS FACTORS ARE TECHNICAL AND PRICE. QUOTES ARE DUE: 15 SEPTEMBER 2006 at 04:45PM For a complete copy of the specifications, Offerors shall view the RFQ at: https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912EE-06-T-0056
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01135348-W 20060908/060906230200 (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.