Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

F -- RECOVERY - Environmental remediation of drill sump near Parkland, CA

Notice Date
8/11/2009
 
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
09WRSS0026
 
Response Due
8/28/2009
 
Archive Date
8/11/2010
 
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
N/A
 
Description
RECOVERY - ENVIRONMENTAL REMEDIATION OF DRILL SUMP NEAR PARKLAND, CA The U.S. Geological Survey, Western Region Earthquake Hazards Team (USGS) seeks a qualified contractor to carry out the closure of a drilling sump at the site of the San Andreas Fault Observatory at Depth (SAFOD), located 5 miles north of the town of Parkfield, Monterey County, California. This sump is rectangular in shape, with horizontal dimensions of about 30 x 390 ft, and approximately 14 ft deep with sloping sides. This sump contains approximately 4000 cubic yards of ground-up rock (drill cuttings), drilling mud and other solids or liquids produced during drilling of two scientific test wells to a total combined measured depth of approximately 20,000 ft. Rocks penetrated by these wells are granites, sandstones, siltstones and shales, the latter associated with the petroliferous Great Valley Formation. Prior to drilling, the sump was lined with low permeability clay to minimize infiltration into the underlying soil. The contractor will execute the disposal and closure plan for the sump provided by USGS that is in full compliance with all applicable Federal, State and County regulations. In particular, the work must bring the sump into compliance with NEPA requirements in place for the SAFOD site. This disposal and closure plan is still in progress and is anticipated to be complete approximately 01 September 2009. The work will require hauling by truck specified portions of the sump contents (to be determined pending completion of the disposal and closure plan) to an approved disposal site. The contractor will be responsible for contracting with the disposal site and paying all associated costs. The remainder of the sump contents will be buried in place. Following removal of the specified volume of the sump, the sump will be backfilled with environmentally acceptable materials and returned to site grade to minimize ponding of surface water and/or erosion. The USGS intends to award a commercial, firm-fixed price contract. All work must be completed prior to the end of October 2009, as it is the USGS' intention to close this sump prior to the beginning of the Northern California wet season. The solicitation and any documents related to this acquisition will be available on the internet sometime shortly after 31 August 2009, as soon as the disposal and closure plan is completed. 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. This opportunity is set-aside for participation by HUBZone small business concerns. The applicable North American Industry Classification System (NAICS) code is 562910 (Remediation Services), for which the corresponding size standard is 500 employees (Environmental Remediation Services.) There is not an incumbent contractor. Full or partial funding for requirements to be completed by resultant contract award 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, will be required in resultant contract. Questions and comments should be submitted via email to jcaravelli@usgs.gov. (ATN SE0003A)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09WRSS0026/listing.html)
 
Record
SN01906516-W 20090813/090811235532-fd581d4e19606d5e43140b9c2e27cb91 (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.