Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOURCES SOUGHT

N -- Relief Well Installation within the St. Louis District area. Installation includes drilling, installation, development and testing of relief wells.

Notice Date
5/16/2008
 
Notice Type
Sources Sought
 
NAICS
213111 — Drilling Oil and Gas Wells
 
Contracting Office
Department of the Army, U. S. Army Engineer District St. Louis CE, CEMVS-CT, US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-08-S-0001
 
Response Due
5/27/2008
 
Point of Contact
Judy Kibler, 314-331-8521
 
Small Business Set-Aside
8a Competitive
 
Description
This is a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify Small Business 8(a) prime contractors for relief well installation within the District area. Any size business may be a subcontractor as long as the 8(a) prime completes at least 15% of the contract amount. This installation includes drilling, installation, development, and testing of the relief wells. The following are general capabilities required to perform this relief well installation work according to USACE standards. Contractor must be capable of installing D-type and T-type surface completions. D-type wells flow to the surface with a check valve in the top of the casing. There is a protective housing over the top of the casing. T-type wells discharge below ground surface into a collector system. T-type wells are typically protected by manhole covers. All wells are to be drilled by the reverse circulation method. Hole diameters may range from 24 inches to 30 inches depending on each well design. Maximum hole depth will be 100-feet below the existing ground surface. A temporary casing may be required to support the walls of the hole during drilling and/or development. The contractor shall provide and use drills and equipment that are capable of drilling through in-situ wood deposits within the alluvium and capable of removing cobbles up to 5-1/2 inches in diameter. The use of a bentonite drilling fluid is prohibited. The contractor shall construct any required drilling pads needed to perform the work in a safe manner. Material must be brought in for drilling pad construction. The digging of mud pits or similar excavations will not be allowed. The contractor must construct the well to plumbness and alignment standards. USACE may require and perform testing prior to the placement of filter pack. Alignment testing will consist of running a 20 foot dummy down the well without obstruction. Plumbness may vary up to 12 inches per 100 feet of well length. The contractor shall place filter pack through a tremie hopper and dual tremie pipe system as specified by USACE. No filter pack is to be placed in the well except through the tremie pipes. The filter pack material shall be placed using clean water introduced at the bottom of the hopper and without significant segregation. Filter pack shall have a minimum thickness of 8 inches on all sides of the well screen and extend 5 feet above the top of the well screen. Filter pack shall be disinfected at time of placement. All well materials shall be new and in good condition. Well materials will be specified in the well design prior to drilling. All materials must be onsite prior to the start of drilling for each well. Well screens are typically triangular wire wrapped stainless steel with specified slot sizes. Riser pipes are typically sch 40 steel. All wells must be developed prior to the placement of grout materials. The contractor shall develop the relief well by high velocity jetting and simultaneous airlift pumping. The outside diameter of the jetting tool shall be to 1 inch less than the inside diameter of the screen. The exit velocity of the jetting fluid shall be between 150 and 300 fps and have a pressure at the nozzle of approximately 200 psi. The tool shall be rotated at a speed of 1 rpm. It shall be positioned at one level for not less than 2 minutes. The contractor shall perform pumping tests to determine whether the new wells have been adequately developed. The contractor shall supply a deep-well submersible pump capable of producing 500 gpm for a minimum of 2 hours. Contractor must supply electrical power, control box, wiring, water level indicator, calibrated flow meter, Rossum Sand Sampler, and any other equipment necessary to perform pumping tests. Wells are to be pumped continuously for a minimum of 2 hours. The pumping rate shall be 500 gpm or 10 feet of drawdown, whichever is less. Provide business size and a Point of Contact. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 2:00 p.m., Central Standard Time, on May 27, 2008 and should not exceed 5 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to the following address: Contracting Division, Attn: Archie Ringgenberg, St Louis District, Corps of Engineers, 1222 Spruce Street, St Louis, Missouri, 63103-2833, Fax will be accepted to 314-331-8746 or email to Archie.C.Ringgenberg@USACE.ARMY.MIL. Please direct any questions on this announcement to Archie Ringgenberg, Contracting Officer, 314-331-8505.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e93f9cc32fc9d3e658a415ababa13ed3&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN01575537-W 20080518/080516221425-e93f9cc32fc9d3e658a415ababa13ed3 (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.