SOLICITATION NOTICE
J -- Water Well Rehabitation
- Notice Date
- 6/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area/Tifton, GA, 2316 Rainwater Road, Tifton, GA, 31793, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-07-4389-07
- Response Due
- 7/18/2007
- Archive Date
- 8/2/2007
- Small Business Set-Aside
- Total Small Business
- 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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-07-4389-007 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-08, FAR 52.219-6, Notice of Total Small Business Set-Aside is applicable to this acquisition. The NAICS code is 237110, SIC Code 1623. The small business size standard is $31 million. Item description :The USDA in Byron, Ga. is seeking proposals to repair and clean the screen and gravel pack of a 24in x 12in well, 420 foot deep with 60 feet of stainless steel screen. The goal of the rehabilitation is to return the well to the original design pumping rate of 750 gpm and 20.8 specific capacity. The work shall be performed in two phases as indicated below. The contractor shall provide an initial quote for the first site visit to perform the well and pump test, video survey, and pump inspection. A second quote shall be provided for cleaning the well, repairing or replacing the pump, performing a second pump and well specific capacity test, videoing the well, and restoring the system to operation. Phase I 1. Mobilize to customer location. 2. Run test on well and pump to mark condition of well pump and establish current specific capacity of well. Provide written test results to COR. 3. Pull customer pump and inspect for materials needed to return to factory condition or if it is deemed by expert opinion that based on age, wear, and cost of repair, it is better to replace the pump, inform government and quote price to replace equipment. A new pump shall have any special trim and coatings options as applicable for the water conditions at the site. The contractor shall take care to reuse as much of the existing components as possible. 4. Perform video survey of well to document condition of well. Provide two copies of video recording to the COR. 5. Provide proposal and quote to clean the inside of the well. The contractor will be required to mechanically clean the inside of the well and then chemically treat the well for a more thorough cleaning. The proposal shall include the type products and anticipated quantities to be used in each phase of the treatment, contact time of each product and procedure for neutralization if acids are used. Note: If this procedure is used, contractor will be required to provide a container large enough to hold acidic water pumped from well for neutralization without spillage. Logged verification of neutralization must be provided to COR prior to dumping of product. All personnel handling chemicals will be required to wear proper personal protective equipment for the products used. Phase II 1. Mobilize to customer location. 2. Mechanically clean inside of well to remove all scale and build-up. 3. Chemically clean (i.e., chlorinate and acidize) screenline and surrounding gravel pack as outlined in proposal. 4. Install temporary test pump and test for well improvements. 5. Conduct after-cleaning video to document condition of well for damage and clean screens. Provide two copies of video recording to the COR. 6. Repair well pump and make any modifications to bowl assembly. 7. Install new or repaired well pump and disinfect pump and well. Run pump test on rebuilt or replaced pump and return customer well and pump to service. Provide documentation of these results to COR. When work is complete, the contractor shall dispose of all debris to leave the area in neat and clean condition. Payment under this contract will be made by electronic funds transfer. Successful offeror must accept government purchase card or be set up with USDA vendor express program at the time invoice is submitted. Vendor MUST be in CCR and ORCA before purchase order is issued. . Delivery is FOB Destination to USDA, ARS, Byron, GA. The government anticipates award or a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation - Commercial items, applies to this acquisition. The contracting officer will make award based on price and price-related factors. . FAR 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52-202-1; 52-203-5; 52-203-6; 52-203-7; 52.203-10; 52-204-4; 52-216-24; 52-216-25; 52-219-8; 52.222-26; 52.222-35; 52.222-36; 52-222-37; 52-223-13; 52-223-14; 52.225-3; 52.225-21;52-232-1; 52-233-2; 52-233-3; 52-243-1;52-244-6. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Governments?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 20 days from the date this notice is published in the FidBizOs by 4:00 PM local time, July 18, 2007 at USDA Agricultural Research Service, 2316 Rainwater Road, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225.
- Place of Performance
- Address: 21 Dunbar Road, Byron, GA
- Zip Code: 31008
- Country: UNITED STATES
- Zip Code: 31008
- Record
- SN01326785-W 20070627/070625220204 (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 |