SOURCES SOUGHT
R -- Pipestem Spillway Sub-Surface Investigative Service
- Notice Date
- 12/14/2012
- Notice Type
- Sources Sought
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F13SM008
- Response Due
- 12/21/2012
- Archive Date
- 2/12/2013
- Point of Contact
- David Neal, 4029952816
- E-Mail Address
-
USACE District, Omaha
(david.w.neal@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. The U.S. Army Corps of Engineers, Omaha District is seeking information regarding capability and availability of potential small business contractors to perform geophysical testing. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses and Women-Owned Businesses. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541360. The Small Business Size Standard is $14,000,000. Offerors are requested to respond to this Sources Sought Synopsis. Responses are requested only from: POTENTIAL SMALL BUSINESS CONTRACTORS that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are to be sent via email to david.w.neal@usace.army.mil no later than 4:00 p.m. Central Time, 21 December 2012. Scope of Work: The US Army Corps of Engineers Omaha District is currently performing an erodibility study for the spillway feature of Pipestem Dam (see Figure 1). Pipestem Dam is located northwest of the city of Jamestown, North Dakota. The area currently being considered is slightly over 100 acres in size and is shown in Figure 1 by the highlighted flat area southwest of the embankment. The boundary of the geophysical investigations shall extend to a minimum of 100 feet beyond the limits of the spillway floor. The Contractor shall perform geophysical testing in support of site characterization efforts to meet the following project objectives: 1) Define the depth to bedrock across the study area, 2) Provide gross lithologic data regarding the overburden materials, and 3) Provide detailed lithologic data of the upper 60 feet of unconsolidated materials. The depth of investigations for objectives 1 and 2 above shall be approximately 150 feet below ground surface for estimating purposes. Data density shall be sufficient to provide a 3-dimensional portrayal of the top of bedrock. These objectives may be achieved by collecting time-domain electromagnetic (TDEM) data. The total line length is 23,000 feet for estimating purposes. The Contractor may adjust this estimated footage; however, all changes must come with justification for increasing or decreasing the total footage required to meet the project objectives. The number of transects required to meet the objectives outlined above shall be proposed by the Contractor. The Contractor shall acquire the TDEM data to map lateral and vertical variations in the ground conductivity. Along line station spacing shall not exceed 2 meters in order to provide a continuous profile of the subsurface conductivity variability. TDEM data should be coupled with sub-meter accuracy GPS to aid in follow-up investigations. The geophysical system used for collecting the time-domain data must be a mobile system. In addition, since very near surface data is being collected, the geophysical receiver, when combined with the appropriate transmitter, must be capable of remote control operation, high-speed data transfer, and capable of very short turnoff times (1.5 microsecond shutoff into a 3- to 5-meter loop) in order to provide higher resolution imaging. The Contractor shall obtain all necessary permits, licenses, and approvals from all local, state, and federal authorities as are necessary for the performance of the Contractor's services. The Government will obtain any required access agreements with property owners, their representative, or agent, on properties not controlled by the Government. The Contractor shall prepare all necessary planning documents to include, at a minimum, an abbreviated site-specific draft and final Work Plan and Site Safety and Health Plan. As appropriate, the Work Plan shall include the results of any forward modeling performed to help interpret the production data or to constrain those earth models derived from the production survey data. The Contractor shall prepare a draft and final report. Drawings and sketches shall be prepared as required to present details and results of the investigation. The scale and quality of the drawings shall be appropriate for the purpose intended. Please include the following information in your response/narrative: Company name, address, and point of contact, with (h)er/is phone number and email address Duns number and CAGE Code for your company Offeror's business size to include designation as Certified Small Businesses, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Women Owned Small Businesses Offeror's capability to perform, to include geographic span, logistic complexity, and project size Details of similar projects and state whether you were the Prime or subcontractor Project references (including owner with phone number and email address) Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F13SM008/listing.html)
- Place of Performance
- Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02949008-W 20121216/121214234026-67ef033af27bb82dd1045e8f6bebb8d6 (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 |