Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1995 PSA#1286

Bureau of Reclamation, PO Box 36900, Billings, Montana 59107-6900

Y -- LAKE MEREDITH SALINITY CONTROL PROJECT, NEW MEXICO Sol 1425-5-SI-60-07130 due 071195. Contact Mike Todd, Contracting Officer, Billings, Montana, 406/657-6457. The principle components of the work include the following: The work to be performed consists of developing a work plan, designs, and associated documents; drilling two injection wells, performing drill string tests and tests on water and formation samples; completing these injections; drilling and completing 9 production wells and converting one existing well to a production well; and constructing/installing wellhead facilities, pipelines, roads, control systems, and associated features. The work to be performed also includes designing, but not constructing, 15 additional production wells to be interconnected to the constructed system. The estimated price range of the work is $1,000,000 to $5,000,000. Sanford Dam is located on the Canadian River near Sanford, Texas. It was constructed by the Bureau of Reclamation in the 1960's as a feature of the Canadian River Project. Lake Meredith is impounded by Sanford Dam. Sanford Dam and Lake Meredith are operated by the Canadian River Municipal Water Authority (CRMWA). CRMWA provides 103,000 acre-feet of muncipal water from Lake Meredith to 11 cities and towns in northwestern Texas. This is a two-step competitive, firm-fixed price requirement. ``Step One'' requires offerors to submit a technical proposal for evaluation by Bureau of Reclamation personnel for the determination of qualified bidders. ``Step Two'' requires selected offerors to submit a cost proposal within 14 days after they are notified by the Contracting Officer. The technical proposal shall include the following: 1. Technical Expertise - Offeror's technical expertise, including that of proposed key personnel, in planning, managing, coordinating, constructing, and completing injection well systems of comparable difficulty to the Lake Meredith Salinity Control Project will be evaluated. The technical expertise of any proposed subcontractors, including those proposed key personnel, in planning, managing, coordinating, constructing, and completing injection well systems of comparable difficulty to the Lake Meredith Salinity Control Project will be evaluated. The technical expertise of any proposed subcontractor, including those proposed key personnel, in planning, managing, coordinating, constructing, and completing injection well systems of comparable difficulty to the Lake Meredith Salinity Control Product will be evaluated. 2. Site Work Plan - The adequacy, detail, and competence of the offeror's site work plan, including the detailed narrative describing proposals for each of the features and requirement described in Section K - Specifications will be evaluated. 3. Environmental Compliance and Contamination Prevention - Offeror's proposals(s) to fully comply with all environmental regulatory requirements and plans to prevent contaminating area with brine water, cuttings, or other environmentally detrimental products during drilling and completion of injection and production wells will be evaluated. 4. Concept Drawings - The adequancy, detail, and competence of the offeror's concept drawings signed by a Registered Engineer will be evaluated. 5. Schedule - The adequacy, detail, and competence of proposed contractor activity schedule to complete sequence of work will be evaluated. 6. O&M Costs - The estimated O&M costs, including personnel staffing requirements, to operate and maintain the completed system will be evaluated. Solicitation packages will be available approximately March 6, 1995. Receipt of technical proposals (Step One) are tentatively scheduled for 4:00 p.m., April 27, 1995, at the Bureau of Reclamation, Great Plains Regional Office, Room 2025, 316 North 26th Street, Billings, Montana. All responsible sources may submit a bid which shall be considered by the Bureau of Reclamation. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, large, minority-owned, and/or woman-owned. For this acquisition, the small business standard is $17,000,000 and Standard Industrial Code is 1629. (044)

Loren Data Corp. http://www.ld.com (SYN# 0155 19950216\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page