Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOURCES SOUGHT

Y -- DRILLING SERVICES HORIZONTAL/INCLINED BORING FOR TUNNEL INVESTIGATION - PREQUALIFICATION DOCUMENT - Package #2

Notice Date
6/5/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Energy, Lawrence Berkeley National Laboratory (DOE Contractor), Lawrence Berkeley National Laboratory, 1 Cyclotron Road, Berkeley, California, 94720, United States
 
ZIP Code
94720
 
Solicitation Number
1033
 
Archive Date
6/29/2013
 
Point of Contact
John H Tennyson, Phone: (510)486-5255, John H Tennyson, Phone: (510)486-5255
 
E-Mail Address
jhtennyson@lbl.gov, jhtennyson@lbl.gov
(jhtennyson@lbl.gov, jhtennyson@lbl.gov)
 
Small Business Set-Aside
N/A
 
Description
REPRESENTATIONS AND CERTIFICATIONS PREQUALIFICATION DOCUMENT FOR LAWRENCE BERKELEY This is a SOURCES SOUGHT ANNOUNCEMENT to be used for market analysis and to determine if there are a sufficient number of qualified firms capable of performing all of the stated types of services listed below. This synopsis is not to be construed as a commitment by the University of California (UC) Lawrence Berkeley National Laboratory (LBNL) nor will the UC-LBNL pay for information solicited. No basis for claim against the UC-LBNL shall arise as a result from a response to this sources sought or UC-LBNL use of any information provided. The UC-LBNL reserves the right to consider small business, or any other arrangement as deemed appropriate for this potential procurement. The purpose of this Sources Sought Notice is to receive capability statements from interested businesses in order to Pre-Qualify and be eligible to propose on the potential work described herein. The North American Industry Classification System (NAICS) Code for this acquisition is 237990 -Other Heavy and Civil Engineering Construction. The corresponding small business size standard for this acquisition is $33.5 Million. Potential future work is not a Small Business Set-Aside. Project Overview The prequalification process under this announcement will consist of seeking firms that can demonstrate similar past experience and present-day capability to provide all personnel, equipment, tools, materials, incidental services and items and supervision necessary to satisfactorily (1) drill one or more horizontal or inclined borings at least 900 feet in length; (2) collect continuous geologic core samples along the entire length of the boring(s); (3) conduct in-hole physical, geophysical, and hydraulic tests at frequent intervals as directed by the University's Geotechnical Engineer; and 4) grout the boring(s) closed upon completion. Geological Conditions After penetrating surficial deposits, the boring(s) will be drilled mostly or entirely within Tertiary-age sedimentary deposits comprised of claystone, siltstone, sandstone and conglomerate known locally as the Orinda Formation. The deposits have been uplifted, faulted and folded since their deposition and it is expected that faults and fractured rock will be encountered in the boring(s). It is further expected that hydraulic/hydrogeologic conditions will be variable with flows concentrated in more permeable and fractured zones within the formation. At its deepest point, the horizontal/inclined boring(s) will be 250 or more feet below the ground surface; groundwater depths at this location may be within 10 feet (or less) of the ground surface. Pervious borings drilled in the Orinda formation have experienced variable conditions with local intervals of difficult and/or slow drilling. Pre-Qualified Firms Pre-qualified firms will be provided with a geotechnical data report that includes logs of three vertical borings that have previously been drilled along the planned length of the boring(s) as well as multiple shallower borings and laboratory test data. Pre-qualified firms will be required to develop their own independent interpretations of drilling conditions and difficulty using these data. Pre-qualified firms will be required to attend a site visit to inspect the locations where the services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. Detailed information regarding the arrangement of site visits will be included in any future solicitation. The anticipated period of performance is July 2013 through April 2014. Pre-Qualification Information Requirements for all potential proposers wishing to submit their prequalification documents are: •A. Past Performance on Similar Drilling Contracts for Tunnel Investigation Projects: •1. Past Performance Drilling Horizontal/Inclined Borings at least 900 feet long in Similar Geologic Conditions; •2. Specialized Experience and Technical Competence; •3. Exemplary Health and Safety Record; •4. Past Experience working at Federal sites. During approximately the last 3 (three) years the proposer must have completed 3 (three) projects, that are similar in scope to the project described above, with a contract cost of more than $300,000.00. Sample Submission Form is attached. •B. The firms must have a satisfactory safety record. Provide the last three (3) years of Worker Compensation Experience Modification Rate (EMR) for your company including verifications from your Workers Compensation carrier. Also provide EMR for lower tier subcontractors as identified. LBNL desires that subcontractors have EMRs of 1.0 or less over the last three (3) complete years. Exceptions may be granted if a company's EMR is greater than 1.0 in one of the last three years. Firms with an EMR of greater than 1.0 in one of the last three years should provide additional information regarding the circumstances that caused the higher EMR. A decision to grant an exception to this requirement is at the sole discretion of the University. •C. Provide Financial Statements for the past 2 reporting years. Also, provide information of any prior bankruptcy actions. •1. Include a current Dun and Bradstreet Report that includes the PAYDEX Rating •D. Potential bidding firms must document the ability to obtain and furnish certificates of required insurance in the minimum amounts described herein Types of Coverage The Subcontractor shall at its expense obtain, keep in force, and maintain insurance to cover its performance under this Subcontract of the types and in the amounts set forth below. Such insurance shall be maintained in full force and effect during the performance of the Services required by this Subcontract. Commercial General Liability Insurance Minimum Limit • Per Occurrence $ 1,000,000 • Products/Completed Operations Aggregate $ 2,000,000 • Personal and Advertising Injury $ 1,000,000 • General Aggregate $ 2,000,000 Business Automobile Liability Insurance Minimum Limit • Per Occurrence $ 1,000,000 The automobile liability insurance shall cover liability to third parties related to the Subcontractor's use of owned, scheduled, non-owned, or hired vehicles, including the Subcontractor's use of, and any resulting loss or destruction of, or damage to, any University-furnished U.S. Government owned vehicles. Workers' Compensation as required under California or other applicable State Law, and Employer's Liability Insurance with a minimum limit of $1,000,000 per accident and employee. •E. The potential proposer must not be presently disqualified from performing work for the University of California or another Public Agency or debarred by the U.S. Government. Prequalification Documents Due June 14, 2013 to LBNL Prospective bidding firms must submit a marked original and two (2) complete sets of the completed Prequalification Package with the required attachments in a sealed envelope identifying project name, Reference Project 1033, and proposer's name and address. Prequalification Package is loacated at http://facilitiesprojects.lbl.gov/ Prospective bidders are also required to provide an electronic copy of all information using an MS Office or Adobe formats to JHTennyson@lbl.gov or via electronic media. The prequalification information is due at LBNL on or before June 14, 2013 to the attention of John Tennyson : Lawrence Berkeley National Laboratory Attn: John Tennyson One Cyclotron Road, Mail-Stop 76L-108 Berkeley, CA 94720 Phone (510) 486-5255
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/1033/listing.html)
 
Place of Performance
Address: Lawrence Berkeley National Laboratory, Berkeley, California, 94720, United States
Zip Code: 94720
 
Record
SN03080659-W 20130607/130606001323-b45d9412c3e73bc6c5d872642ab8ef69 (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.