Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2007 FBO #1888
SOLICITATION NOTICE

36 -- Well drilling equipment and operator

Notice Date
1/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-07-T-0006
 
Response Due
2/9/2007
 
Archive Date
4/10/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. Solicitation W912L2-07-T-0006 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisiti on Circular 2005-15. The associated NAICS codes is 237110, small business size $31M. COMMERCIAL ITEM DESCRIPTION: The USPFO for Arizona has a requirement for a well driller and operator. Contractor to provide all equipment, labor, well drillers, and ma terials necessary to drill wells required in support of border fence construction & road improvements. Contractor shall have equipment in place and prepared to begin drilling on 11 Mar 2007. The US Border Patrol shall provide the well drilling materials , (any non-equipment, expendable related material) as well as the State Licensed Well Drill Inspector. The Government will coordinate the movement of the well drilling equipment from site-to-site. Approximate dates and locations of drilling are 1. Yuma Arizona, 11 March 2007 to 31 March 2007. 2. Ajo Arizona, 31 March 2007 to 22 April 2007. 3. Sasabe Arizona, 5 May 2007 to 27 May 2007. Contractor shall include in their pricing a one day site visit at each drill location for coordination between the Go vernment and the Contractor. Dates of site visits to be determined. Contractor is required to work a schedule that includes 12 hour days with 2 days off in a 24 day rotation. Equipment provided must be capable of drilling the following- Twenty (20) f oot deep 17 inch diameter borehole for 12 inch diameter steel surface casing. Six hundred sixty (660) foot deep 11 inch diameter borehole for 6 inch PVC well casing and screens. Boreholes will be completed using the direct-circulation rotary drilling met hod using either top-head or table driven equipment. Personnel and Drilling Equipment. The contractor shall supply capable and experienced personnel and suitable direct-circulation rotary drilling equipment to perform this work. The equipment shall be c apable of the following (as a minimum): Drilling machine capable of completing the well as specified above. Auxiliary mud pump and appurtenant power, hoses and fittings required to connect to the integral mud pump on the drilling machine. Desander, tras h pump and appurtenant hoses and fittings required to implement the desander into the drilling fluid process. Air compressor (integral with drilling machine or auxiliary) capable of developing the well after casing installation. This compressor shall be rated at a minimum of 750 scfm. All hoses, fittings and appurtenances shall be provided with this compressor to attach the discharge of the compressor to the drill string for air-lift development. The contractor shall also supply replacement parts and a ny tools required to maintain/rebuild equipment on the drilling machine that may fail during drilling operations (i.e. mud pump: sleeves, gaskets, rods, packings, drive chains, valves, etc.). The contractor shall have on hand one spare hose of the follow ing types: mud pump suction hose (Qty: 2) and mud pump discharge (Kelly) hose (Qty: 1). Provide pricing for the above, as follows CLIN 0001 Drill rig rental per week for 13 weeks. CLIN 0002 Driller operator. Include hourly rate and daily per diem for a 13 week period. CLIN 0003 Mobilization and demobilization of equipment. CLIN 0004 Three (one) day site visits at each well location. Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. A description of the equipment quoted is required. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following prov isions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text and will be incor porated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52. 222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation of Commercial item. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and a pplies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Fu ll text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.2 03-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabl ed Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.2 22-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, This contract incorporates one or more clauses by reference, with the s ame force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Auth orized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite .hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notifi cation of Transportation of Supplies by Sea. Offerors are requested to submit questions to the email address noted below not later than 12:00 P.M. eastern standard time, 31 January 2007. Award can only be made to contractors registered in Central Contra ctor Registration (http://www.ccr.gov). Quotes will be due by 9 February 2007, 10 a.m. Mountain Standard Time. Email quotes will be accepted at janet.alexis@us .army.mil, reference RFQ# W912L2-07-T-0006 in the subject line. FAX quotes will be accepted at 602-267-2429. Quotes can also be mailed to AZAA-PFP, USPFO FOR ARIZONA, 5645 E. MCDOWELL RD, PHOENIX, AZ 85008. Point of Contact is Ms. Sharlene (Janet) Alex is (602)267-2840.
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
Country: US
 
Record
SN01219262-W 20070127/070125220902 (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.