Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOURCES SOUGHT

38 -- Geotechnical Drilling Services

Notice Date
7/18/2018
 
Notice Type
Sources Sought
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
6982AF18Q000007
 
Point of Contact
Donald Peters, Phone: 720-963-3347, Contract Specialist/Officer, Fax: 720-963-3360
 
E-Mail Address
CFLAcquisitions@dot.gov, CFLAcquisitions@dot.gov
(CFLAcquisitions@dot.gov, CFLAcquisitions@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Information: SOURCES SOUGHT-THIS IS NOT A REQUEST FOR QUOTE - PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Don Peters) for receipt by close of business (2 p.m. local Denver time) on July 30th, 2018: (1) A positive statement of your intention to submit a quote for this solicitation as a Prime Contractor; (2) A copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a)-small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR SAM PROFILE. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. This requirement may be met by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. NAICS Code Standard Size: 541360 Geophysical Surveying and Mapping Services $15,000,000.00 Provide information on State and Counties where you are available for service. Also, provide copy of drilling license for each state you are able work. Names of the Supervisor, Journeyman-level drill operator and qualified assistant. You will only be eligible for to receive a BPA for the states you are licensed in, at time of award. P ROJECT DETAILS: Geotechnical Drilling Services Description(s): This is a market survey, for information only, to be used for a multiple award blanket purchase agreements for Geotechnical drilling services in the States of Arizona, California, Colorado, Hawaii, Kansas, Nebraska, New Mexico, Nevada, North Dakota, Oklahoma, South Dakota, Texas, Utah and Wyoming. The General overall scope of work will include but is not limited to the following; the drilling machine requirements will consist of a truck-mounted drill, and either a track, ATV of skid-mounted drill capable of wire-line core drilling to a minimum depth of 200 feet, obtaining an H-size (2.5-inch diameter) core, and standard penetration (SPT) tests and samples for the full depth specified. The equipment shall also be capable of turning 8.25 inch (O.D) hollow-stem augers to a depth of 80 feet. The drilling machine must be furnished complete with all materials, operating accessories, modifications and attachments necessary to fulfill the requirements of the project. All equipment will need to pass inspection prior to any awards resulting for this sources sought. Core drilling equipment will be H-sized triple tube or split tube wire-line unless otherwise stated. N-sized triple tube or split tube wire-line equipment may be called for when using portable drill type equipment. Casing Advancers from N size to H size may be used. Hollow stem augers for soil sampling to auger refusal, installation of instrumentations, and H-sized coring for sampling must have a minimum I.D. of 4- 1/4th inches and maximum O.D. of 9 inches. Large diameter earth auger bits shall have an O.D. of 14 to 16 inches with a solid stem auger flight of 8 to 10 inches' diameter attached. The combination shall have the capability to drill 5 feet below ground surface. All stationary and mobile diesel and gasoline engines, except exhaust turbo-charged engines, used shall be equipped with spark arresters. The personnel requirements will consist of one journeyman-level drill operator with 2 years' minimum experience and a drillers license from each state in which they perform work. Must be capable of performing standard geotechnical tests and be proficient in the use of split tube sampler and similar tests. The experienced helper will work under the direct supervision of the driller. Must be capable of lifting heavy equipment in adverse weather. Must have a minimum of 6 months of experience. Flag personnel shall be certified and perform in accordance with the Manual on Uniform Traffic Control Devices, Part 4. The service contract act will be applicable to any awards resulting from this sources sought. This list is not all inclusive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF18Q000007/listing.html)
 
Place of Performance
Address: Arizona, California, Colorado, Hawaii, Kansas, Nebraska, New Mexico, Nevada, North Dakota, Oklahoma, South Dakota, Texas, Utah and Wyoming, United States
 
Record
SN04996759-W 20180720/180718230918-9018acbe49402426d74d3c6f221c463b (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  © 1994-2020, Loren Data Corp.