SOLICITATION NOTICE
P -- Recovery - abandonment of discontinued groundwater monitoring wells
- Notice Date
- 7/13/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 09WRSS0023
- Response Due
- 8/3/2009
- Archive Date
- 7/13/2010
- Point of Contact
- JEFF CARAVELLI SPVSY CONTRACT SPECIALIST 9162789341 jcaravelli@usgs.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Partial Small Business
- Description
- RECOVERY - ABANDONMENT OF DISCONTINUED GROUNDWATER MONITORING WELLS The Department of Interior, United Stated Geological Survey (USGS), installs and maintains groundwater monitoring wells throughout the nation to measure the water quality and quantity of our aquifers. When cooperator funding is no longer available, or when a monitoring requirement no longer exists, the USGS discontinues the use of a monitoring well. Such a well is referred to as "discontinued." Until the discontinued well is properly "abandoned," however, it can potentially serve as a conduit for contamination of the aquifer. This requirement is to abandon more than two hundred "projects," each of which consists of at least one (1), and often many more, individual wells/boreholes. There are many inactive boreholes throughout the nation ready for abandonment, located in the following states/territories: AK, AZ, CA, DE, FL, GA, IN, KS, LA, MD, MI, MT, ND, NH, NJ, NY, PA, PR, UT, WA, WY. One (1) solicitation will be issued following this announcement. One (1) contract will be awarded for each of the following states, for a total of five (5) contracts: AK, IN, LA, MI, PR. These opportunities will be set-aside for participation by small business concerns. Offerors may propose on one or more of these states. The USGS has grouped remaining states into four (4) "regions," as follows: "Northeast," consisting of NY, MD, NJ, NH, DE, and PA; "Southwest," consisting of CA, AZ, and UT; "Southeast," consisting of GA and FL; and "Northwest," consisting of WA, MT, ND, and WY. These opportunities will be unrestricted. Offerors may propose on one or more of these regions, but, within a region, must propose on all states contained therein. At minimum, one (1) contract will be awarded for all four (4) regions; at maximum, four (4) contracts will be awarded, one for each region. Finally, the state of KS will be included as an optional line item. Offerors may propose to work in Kansas, but only in conjunction with an otherwise acceptable proposal - there will not be a separate contract award for Kansas. All contracts will be commercial, firm-fixed price, indefinite-delivery, indefinite-quantity (IDIQ) contracts, with ordering periods from the contract(s) effective date through 30 September 2010. All work must be completed by 30 September 2011. The solicitation and any documents related to this acquisition will be available on the internet on or about 03 August 2009. Offerors are responsible for monitoring this site for the release of the solicitation and amendments (if any). A formal solicitation, performance-based work statement, and/or technical exhibits are not available for release at this time. As stated above, this opportunity is partially set-aside for participation by small business concerns and partially unrestricted. The applicable North American Industry Classification System (NAICS) code is 237110 (Water and Sewer Line and Related Structures Construction, with corresponding index entry of "capping of water wells,") for which the corresponding size standard is $33.5M. There is not an incumbent contractor. Full or partial funding for requirements to be completed by resultant contract award(s) will utilize funds provided by the American Recovery and Reinvestment Act (the Act). Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirement by the successful offeror(s), will be required in resultant contract(s). Questions and comments should be submitted via email to wells@usgs.gov. (ATN ER000B)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09WRSS0023/listing.html)
- Record
- SN01873569-W 20090715/090713235809-66810b30fc96e8b881a8f6db84fb2a8d (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 |