Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2007 FBO #2109
SOLICITATION NOTICE

F -- Owyhee Adit Closures

Notice Date
9/3/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch 1387 S. VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ070067
 
Response Due
9/14/2007
 
Archive Date
9/2/2008
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number DLQ070067. This document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 541990. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $6.5 million. The line item number is: Line Item 0001, Physical Closure of Seven Abandoned Mine Land Adits, Quantity, 1 Lump Sum. Scope of Work Background: Abandoned Mine Land (AML) investigations were conducted from the years 2000 to 2004 by the Boise District in the War Eagle Mountain area within the Owyhee Field Office. These investigations resulted in the discovery of 23 dangerous open mine workings at Eight AML sites on War Eagle Mountain and in Silver City. All of the workings pose significant threats to public safety. This is especially true due to the increase in public visitation to the area in the past few years. This project will reduce or eliminate safety hazards for Seven of the top priority sites that are located on public lands administered by the Bureau of Land Management (BLM). Issue: The sites consist of 2 open shafts and 5 open adits generally located in T 5 S, R 3 W, Sections 4, 8, & 9, Boise Meridian, Owyhee County, Idaho. All openings are easily accessible and are potentially very hazardous to the public. All the prospects are located on War Eagle Mountain which is readily accessible by vehicle and is getting frequent visits from the public. Because of the physical safety hazards found at these sites, the proposal is to mitigate and remedy any hazards these sites pose to the public while at the same time protecting habitat for bats where there are concerns. Remediation of abandoned open mine workings would depend on the type of opening, stability of an opening, and if wildlife habitat within a working (bat habitat) needs to be protected. Any adit that has the potential for bat habitat, even if bat surveys identify no current use, will have bat gates or bat gate culverts installed. Work would consist of installing BLM Wildlife Biologist approved bat gate culverts at 5 sites and fabricating bat friendly closures at the two shafts. Solidifying foam would be used to help close off openings and seal the bat gate culverts in place. All work areas would utilize waste rock from adjacent mine workings for custom finish work, fill, and contouring. Work Performance: Specific work to be performed by the contractor is listed below by each site of concern. Where bat gate culverts are to be installed the structures will be supplied by the BLM. These will be placed inside the adit and then the remaining open areas around the bat gate will be sealed off with solidifying foam and finished with waste rock available on site. The contractor will be responsible for picking the bat gate culverts up from the Boise District ware yard and transporting them to the work site. All other structures will be fabricated and/or constructed by the contractor as part of this contract. Work may include the use of a backhoe, track hoe, bulldozer, and pickup truck. Welding in a remote location will require mobile welding equipment. Contractor is responsible for transporting all materials to the project locations. Attachments and Map are available at: ftp://ftp.blm.gov/pub/ID/aml/War_Eagle_2007/ ADIT AND SHAFT CLOSURE WORK FY07 Silver Chord Group- AML SITE 1 - JACKSON CLAIM (IGS SITE NO. BO-182) Location - T. 5 S., R. 3 W., Sec. 8, NENESE. Adit 7 - UTM 523615 Easting, 4761048 Northing. Adit 8 - UTM 523620 Easting, 471054 Northing. Safety - The two open adits are easily accessible to the public and there is documentation that visitors have entered these adits. Theses adits have extensive inside workings. Attachment 2 has photos. Actions - Two open adits - Insert BLM furnished 36" bat gate culverts in both adits using track hoe or comparable equipment. Culverts will be foamed into place with a native rock cemented facing around the culvert opening (see Attachment 1 photo's for example). AML SITE 2 - ADIT 15 UNIDENTIFIED WORKINGS (WITH NO SITE NUMBERS) Location - T. 5 S., R. 3 W., Sec. 9, W and Sec. 8, E . UTM 523653 Easting, 4761403 Northing. Safety - The adit is an open tunnel just below the War Eagle Road in the Silver Chord area of War Eagle Mountain. Attachment 3 has photos. Actions - The adit will be closed with a 24" bat gate culvert that will be backfilled around after instillation (see Attachment 1 photo's for example). WESTLAKE GROUP (IGS Site No. BO-173) AML SITE 3 - RUTH ANN ADIT Location - T. 5 S., R. 3 W., Sec. 4, SESESE. UTM 523076 Easting, 4762318 Northing. Safety - The open adit is easily accessible to the public and there is documentation that visitors have entered this adit. Attachment 3 has photos. Actions - Insert a BLM furnished 36" bat gate culvert in the adit using track hoe or comparable equipment. Culvert will be foamed into place with a native rock cemented facing around the culvert opening (see Attachment 1 photo's for example). AML SITE 4 - RUTH ADIT Location - T. 5 S., R. 3 W., Sec. 4, SESESE. UTM 523091 Easting, 4762312 Northing. Safety - The open adit is easily accessible to the public and there is documentation that visitors have entered this adit. Attachment 3 has photos. Actions - Insert a BLM furnished 36" bat gate culvert in the adit using track hoe or comparable equipment. Culvert will be foamed into place with a native rock cemented facing around the culvert opening (see Attachment 1 photo's for example). AML SITE 5 - GENERAL CONNER CLAIM (IGS SITE NO. BO-186) Location - T. 5 S., R. 3 W., Sec. 9, NWNWNW . UTM 523751 Easting, 4761779 Northing. Safety - The open shaft is a serious safety hazard. There are no warning signs and no fence around the opening. The open shaft which measures about 3-4 feet wide and 8 feet long is about 30 feet deep has very steep sides and can not be climbed out of if trapped. Attachment 3 has photos. Actions - A bat friendly grid will be placed and secured over the opening. AML SITE 6 - UNNAMED PROSPECT (IGS SITE NO. K7249901) Location - T. 5 S., R. 3 W., Sec. 9, NWNWNW . UTM 524014 Easting, 4761784 Northing. Safety - The open shaft is a serious safety hazard. There are no warning signs and no fence around the opening. The open shaft which measures about 4 feet wide and 6 feet long is about 30 feet deep has very steep sides and can not be climbed out of if trapped. Attachment 3 has photos. Actions - A bat friendly grid will be placed and secured over the opening. INFORMATION REQUESTED OF OFFERORS Offerors will be evaluated using past performance, objective suitability, and price. Offerors should supply information that will be relevant to the evaluation including but not limited to: List of contracts completed in the past three years, Point of contact for each contract, Description of past contracts, Performance evaluations, explanation of cost overruns or underruns, delays, performance issues, or terminations, Examples of past contracts that are similar in scope to this solicitation, Description on how the offeror intends to conduct the work to be performed including their current capabilities to conduct the work, ability to mobilize and work specific to remote areas, and how they will conduct daily activities. Discussion of the offeror's current capability, experience, understanding, ability and methodology to design and implement corrective actions using foam technology. Discussion of the offeror's current capability, experience, understanding, and ability to provide a natural rock finish around completed structures to complement historic/cultural setting. Discussion of the offeror's current capability, understanding, ability and methodology to design and fabricate closure gates on site. Discussion of the offeror's current capability, understanding, and ability to submit an adequate general safety plan and demonstration of an adequate process to develop a site specific safety plan, including the adequacy of the offeror's experience in developing and implementing site safety plans as demonstrated by the adequacy of the submission of safety records of all similar jobs performed in the last two years including past violations covering the previous five years. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52,212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-07 Central Contractor Registration; FAR 52.223-06 Drug-Free Workplace; FAR 52.237-01 Site Visit (No Site Tour will be held). The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due at the above office by close of business September 14, 2007. Fax quotes will be accepted at (208) 373-3915. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1340077)
 
Place of Performance
Address: War Eagle Mountain near Silver City, Idaho
Zip Code: 83705
Country: USA
 
Record
SN01393674-W 20070905/070903220130 (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.