SOLICITATION NOTICE
F -- Water- Well Drilling Services
- Notice Date
- 6/25/2010
- Notice Type
- Presolicitation
- Contracting Office
- U S GEOLOGICAL SURVEY, APS ER ACQUISITION AND GRANTS BRANCH TEAM BtOFFICE OF THE CHIEF12201 SUNRISE VALLEY DRIVE MS-152 RESTON VA 20192
- ZIP Code
- 20192
- Solicitation Number
- 10ERQQ0420
- Response Due
- 6/29/2010
- Archive Date
- 6/25/2011
- Point of Contact
- ANGIE L. WOODS ADMINISTRATIVE SPECIALIST 8037506195 ;
- 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
- Total Small Business
- Description
- DESCRIPTION:The U.S. Geological Survey has a requirement for the following: STATEMENT OF WORK ARTICLE I: Scope The contractor will provide water well drilling services for the u.s. Geological Survey (USGS) at a site in Chesterfield County, South Carolina (fig. 1). This work is part of a larger project investigating the groundwater resources and groundwater quality of Chesterfield County. ARTICLE II: Statement of Work: A. General Description 1.The on-site driller will be licensed by the State of South Carolina as a well driller. All work will conform to applicable state and local regulations regarding well drilling and installation. Specifically, South Carolina Department of Health and Environmental Control (SCDHEC), South Carolina Well Standards R.61-71, effective April 26, 2002 will be followed. The contractor will acquire all required state or local licenses and permits to perform the work before any field operations begin. 2.All work shall be completed within 30 days of notice to proceed and according to the attached schedule. 3.Site Utilities: The contractor will be responsible for providing any needed utility service such as electrical and water service. Electrical service and potable water are not available at the drilling site. The contractor will be responsible for having the site checked for any underground utilities by the appropriate entity. 4.The USGS will provide an on-site representative to monitor progress and provide technical assistance to the contractor as necessary. B. Detailed Requirements 1. Sites descriptions The drilling site is located in the Coastal Plain physiographic province in the Peedee River basin, South Carolina (SC) in Chesterfield County near McBee, SC (figs. 1 and 2). Two zones within the unconfined Middendorf aquifer underly the site. The unsaturated zone is throught to be approximately 120 feet thick but there are no nearby wells to verify this. The site is located adjacent to Lake Robinson on property owned by Alligator Rural Water and Sewer, Inc (ARWS). A site visit by potential bidders is encouraged. 2. On-site work: The contractor shall supply capable and experienced personnel and suitable drilling equipment to perform this work. The specific drilling method will be selected by the contractor and approved by the USGS Technical Representative. Whatever drilling method is selected, the contractor will use as little drilling fluid additives as possible. Detailed written records of any drilling fluid additives used during the work will be kept and provided to the USGS. The drill rig, all down-hole rods, bits and tools, and all pumps will be cleaned off-site before use on-site. Required safety equipment shall be used by the drilling crew while working under this contract. The work shall be performed according to all applicable federal Occupational Health and Safety Administration standards. 3. Site Security: The drill site shall be secured to discourage unauthorized entry when no work is taking place. The well shall be protected at all times during construction. When work is not taking place inside the well bore, it shall be protected by means of a cover. 4. Well Depth: The depth of the well is expected to be approximately 400-ft below land surface. Nearby ARWS production wells are: Well 3 -395 ft deep; Well 8 --360 deep; Well 10 -357 ft to top of rock. The total drilling depth is unknown but will continue until hard rock is reached or the 420 ft depth below land surface is reached. 4. Well Construction and Materials: The objective of the well is to allow continuous monitoring of the groundwater level within the aquifer at the site, to allow detailed sampling at discrete depths within the aquifer, and to allow for the acquisition of geophysical logs (all of which will be done by the USGS after well completion). All materials and products installed as part of the well will be provided by the contractor and will consist of4-inch (in.) diameter schedule 80 threaded polyvinyl chloride (PVC) casing and screen, stainless steel screen, cement (ASTM CI50, Type 1), filter material, and 100% pure sodium bentonite (montmorillonite) -powdered, granular, pelletized, or chipped, and a steel, lockable well cover. General: The contractor shall drill the well at the exact location designated by the USGS. The contractor shall use appropriate drilling equipment to drill the hole and shall install the materials described below so that the finished well conforms to the general design in Figure 3. The driller will clean the site after the well is completed, disposing of any trash or unused materials. If any mud pits are dug, the contractor will backfill and compact them returning the land surface to its original grade. The well will be a hybrid material type well. There will be 2 screen strings specified, with the deeper screen composed of continuous-slot wire wrapped stainless steel and the upper screen composed of machine cut PVC. The purpose of this hybrid design will be to maximize well integrity at this depth. Placement of the screen strings will be decided after geophysical logs are run in the mud-filled borehole. 1.Hole diameter: The diameter of the drilled hole shall have a minimum of 1.5 inches on all sides of the casing/screen to allow for forced injection grout and the placement of the filter pack through a tremie pipe. 2.Drilling fluid: The driller shall record any fluid additives used including time of introduction. Only inorganic drilling fluid made with beneficiated bentonite additives such as Quick-Gel or equal or a food grade guar-gum polymer such as Revert or equivalent shall be used. Any other additives must be approved by the on-site USGS representative. 3.Grout: The monitoring well annular space above the filter pack shall be grouted from bottom to top. The grout will be emplaced from the top of the bentonite seal to the land surface and shall conform to the monitoring well requirements listed in SCDHEC South Carolina Well Standards (R.61-71). Grout is to be composed of a high solids sodium bentonite grout. 4.Bentonite: The material shall be 100% pure sodium bentonite (montmorillonite) and be powdered, granular, pelletized or chipped. 5.Casing: Shall be nominal4-in diameter, threaded, PVC schedule 80 manufactured from virgin resin, Type 1, Grade 1, PVC compound with a cell classification of 12454-B per American Society Testing and Materials (ASTM) D1784 standards for potable water. All materials must be NSF approved, and in strict compliance with ASTM D1785. All joints shall be waterproof. No glue joints or solvents will be permitted. The casing shall extend 36 inches above land surface. 6.Well screen: The two 20-ft long (40-ft total) screen strings shall be 316 stainless steel and be of the continuous slot design. It shall be constructed of vee-shaped trapezoidal wire continuously wrapped around an array of equally spaced rods of the same material. All joints shall be waterproof. The screen shall have machine produce openings and not be hand cut. The slot size shall be capable of retaining at least 90 percent of the filter pack material. A 2-3 foot long section of blank casing shall extend below the bottom of the lower screen and a threaded cap shall be placed at the bottom of this casing. 7.Filter pack: The annular space surrounding the screen shall the filled with a well sorted silica-based sand. The filter pack material shall be hard and durable and have an average specific gravity of not less than 2.50. The filter pack shall be visibly free of clay, dust, and organic matter. 8.Well development: The well development process shall remove native silts and clays and drilling fluid residues deposited on the borehole face and in adjacent portions of the aquifer during the drilling process. The objective of the well development process is to assure maximum specific capacity of the well. The well development procedure will be selected by the contractor but will not be done with an air compressor due to the potential to collapse the well screen. Well development will be considered complete when the water discharged by the well is representative of the ground water contained in the aquifer. After well development is finished, the contractor shall determine the total well depth. If more than 5 feet of material has collected at the bottom of the well, the contractor will be required to remove it from the well. 9.Well Completion: After the well is completed, a 24-inch square by 6-inch thick concrete pad shall be poured at land surface. A lockable, steel, protective well cover will be set into the concrete pad by the driller. The cover shall be a Square Lockable wI E-Z Access Sliding Lid or equivalent. 10.Geophysical logging: After the hole is drilled to depth, the drilling contractor will make the mud-filled borehole available to the USGS for the collection of borehole geophysical logs for approximately 4 hours. Access to the drill hole will be returned to the drilling contractor as soon as possible. 5. Records: The contractor shall submit all required information to SCDHEC regarding well construction. The SCDHEC Water Well Record Form 1903 will be provided to the USGS upon completion of the wells. 6. Completion of Work: The contractor will complete the work described herein within 30 days after being given a notice to proceed. ARTICLE III: Technical Representative The performance required herein shall be subject to the technical direction of the Technical Representative (TR). As used herein, "technical direction" is defined as direction to the contractor that fills in details, suggest possible lines of approach, or otherwise supplements the scope of work set forth herein and will not constitute a new assignment, and does not supersede or modify any article or clause of this contract. The TR assigned cognizance for this quote is: Bruce G. Campbell U.S. Geological Survey 720 Gracern Rd, Suite 129 Columbia, SC 29210 Office: 803-750-6161 Mobile: 803-727-9035 Email: bcampbel@usgs.gov The above services shall be delivered to U.S. Geological Survey, 720 Gracern Road, Suite 129, Columbia, SC 29210. The work is to be performed in Chesterfield County, South Carolina as stated above. RFQ 10ERQQ0420 will be issued on or about 06/25/2010 with written quotes due on or about 06/29/2010. The NAICS code is 237110. The anticipated award date of the contract is 07/01/2010. A vendor must be registered at http://www.ccr.gov to be awarded the contract. All responsible sources may submit a bid or quotation which shall be considered by the agency. FAX response to 703.648.7367 or email to: alwoods@usgs.gov. The RFQ may be viewed on the Department of Interior's Business Opportunities Web Page at http://ideasec.nbc.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10ERQQ0420/listing.html)
- Place of Performance
- Address: Chesterfield County, South Carolina
- Zip Code: 29210
- Zip Code: 29210
- Record
- SN02188620-W 20100627/100625234923-f9b6982273950739b28340ce95d41faf (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 |