SOLICITATION NOTICE
35 -- DRILL RIG
- Notice Date
- 8/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333132
— Oil and Gas Field Machinery and Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-15-R-1049
- Point of Contact
- Traci Davis, Phone: 8163892399
- E-Mail Address
-
traci.a.davis@usace.army.mil
(traci.a.davis@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912DQ-15-R-1049 Section A - Solicitation/Contract Form SYNOPSIS/SOLICITATION SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W912DQ-15-R-1049 and it is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. This RFP shall be set aside for small businesses and the associated North American Industry Classification System (NAICS) code is 333132 and the business size standard is $15M. FAR 52.212-1, Instructions to Offerors - Commercial, does apply to this acquisition with no addenda to the provision. FAR 52.212-2, Evaluation - Commercial Items, does apply to this acquisition. The specific evaluation criteria to be included are detailed in Section M of this combined synopsis/solicitation. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. This provision is included in Section K of this combined Synopsis/solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items, applies to this acquisition. The specific clauses required are detailed in Section I of this combined Synopsis/solicitation. OFFERORS INTERESTED IN RESPONDING TO THIS RFP MUST SUBMIT THEIR PROPOSAL ON THE ATTACHED SYNOPSIS/SOLICITATION. Award will be made to the offeror providing the best value. Any questions regarding this synopsis/solicitation must be Submitted by e-mail to the point of contact below. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov/ or by calling (888) 227-2423 or (269) 961-5757. The due date for the receipt of proposals is listed in Block 9 of the SF 33. The due date for the receipt of questions in regards to this synopsis/solicitation is ten (10) calendar days prior to the due date for the receipt of proposals. Proposals will be accepted via email or paper mail: If you choose to paper mail in your proposal, please send it to: Traci Davis ATTN: CECT-NWK-C 647 Federal Building Kansas City, Missouri 64106 Proposals will also be accepted via email and must be received by 11:59pm eastern time on the date they are due. Proposals should be sent to: traci.a.davis@usace.army.mil The Government reserves the right to cancel this combined synopsis/solicitation. Any questions should be sent to Traci Davis at (816) 389-2399 or at Traci.A.Davis@usace.army.mil. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES AMOUNT 0001 1 EachDrill Rig FFP One truck mounted drill rig FOB: Destination Section C - Descriptions and Specifications PRODUCT DESCRIPTION CENWK-ED-GG JUNE 2015 DETAILED ALL-TERRAIN CARRIER AND DRILL RIG SPECIFICATIONS 1. GENERAL: The Contractor shall furnish a track mounted drill rig, and a truck-trailer combo capable of transporting the track mounted rig, and compatible tooling as described in this specification. This is a onetime purchase of a drill system that consists of tracked rig, truck-trailer carrier, and compatible tooling. The rig will be used where access is restricted, on slopes, and/or when ground conditions are soft. 1.1 The tracked rig shall be capable of multiple functions, including auger, rotary including wireline and conventional coring, rotary percussion, and dynamic direct push. The drill head shall be capable of variable rotational speeds to match drilling method and to attenuate vibration, be equipped with a casing hammer and a hydraulic clamping device which can clamp onto and pull multiple rod and pipe sizes up to 6 inches. The clamp shall be capable of pulling rods and pipe from the ground or lifting rods and pipes without the use of external clamps or pullers. The head shall have a retraction force capable of pulling 6 inch drive casing and a minimum of 80 inches of travel. The clamping force of the drill head rod clamp shall be operator adjustable up to 44,000 lbs. The head shall have a feed down control for coring operations and a head clamp stationary jaw. 1.2 Equipment shall be standard product of a manufacturer regularly engaged in the manufacture of such equipment. Appropriate attachments will be compatible with NWJ size drill rod, 3-¾ heavy-duty hollow stem augers with 3-¼ inch inner barrel sampler. 3. DESCRIPTIVE LITERATURE: Bidders shall furnish product brochures listing capabilities of proposed equipment with bid. The information submitted shall be in sufficient detail to permit the Government to determine compliance with these specifications. 4. MATERIALS AND WORKMANSHIP: Materials used in the manufacture of the equipment shall be of the best quality used for the purpose in commercial practice. Workmanship shall be in accordance with the best standard practice for this type of work. Prior to acceptance of all bids, the Manufacturer shall provide a quality control plan documenting procedures and manufacturing processes. The quality control plan shall include welding and rig assembly. 5. TRACK MOUNTED DRILL RIG 5.1 GENERAL: The drill rig shall be mounted on a track chassis. The track width shall be less than 18 inches and each track shall exert no more than 8 psi surface load pressure (ground pressure). The width, length, and weight of the rig shall be compatible with the truck-trailer carrier. 5.2 CHASSIS: The chassis shall have a structural steel frame designed for operations without bending or twisting. Tie down points shall be provided for mounting on trailer. 5.3 TRACK SYSTEM: There shall be a variable speed hydraulic driven track system and the tracks shall include an integrated braking system. 5.4 ENGINE: A power unit shall be provided and shall consist of a self-contained electric starting, water- cooled, heavy-duty diesel engine equipped with a cold weather starting aid to include block heater. The unit shall be equipped with a heavy-duty air cleaner and shall have a 12-volt electrical system consisting of an alternator, starter, battery and regulator. The unit shall have keyed ignition switches on the drill control panel. The engine shall power both the tracked carrier and the drill. 5.5 FUEL TANK: The fuel tank shall have a capacity to support 16 hours of running time. 5.6 HYDRAULIC SYSTEM: The hydraulic oil reservoir shall have adequate capacity for the engine and shall be equipped with a vented filler cap and a drain plug. A hydraulic oil cooler shall be furnished. 5.7 PUMPS: One high volume pump, SPX40 peristaltic hose pump or equivalent, for rotary operation. One high pressure piston pump, FMC-Bean L06-18HV, or equivalent and all plumbing shall be furnished. 5.8 HYDRAULIC LEVELING JACKS: Two hydraulically powered leveling jacks shall be permanently mounted on the mast side (rear) of the drill rig. Two leveling jacks or a stabilizer bar shall be mounted on the front of the rig. The jacks and jacks/stabilizer bar shall be strong enough to support the total weight of the machine and tools during drilling operations. Jack piston rods shall be completely enclosed. 5.9 SLIDING BASE: A sliding base or equivalent shall be furnished to position drill head over drill string without moving machine base. 5.10 MAST: A telescoping dual overhead winch mast assembly shall be provided. It shall have an adjustable working height, and a mechanism for stabilization. 5.11 HYDRAULIC HOISTS/ HYDRAULIC WINCH: There shall be minimum of two hydraulic hoists, each with a hydraulic lever for controlling forward rotation, reverse rotation, and speed. Maximum line speeds up shall not be less than 75 feet per minute. One line shall have a maximum pulling capacity of at least 1100 pounds and include 200 feet of 3/16-inch wire rope and safety hook, one shall have a minimum pulling capacity of 5000 pounds and include 75 feet of 3/8-inch diameter wire rope and a safety hook. 5.12 HYDRAULIC BREAK OUT WRENCH: A hydraulic breakout wrench with a minimum pull force of 6000 foot-pounds and a clamp range of 1.25 to 6 inches shall be provided, additionally a nine inch capacity pull back breakout for casing shall be provided. 5.13 INSTRUMENTATION AND CONTROLS: All controls for system operation shall be located next to the mast at the rear of the rig and easily viewed by the operator while allowing operator to view drilling operations. Instrumentation shall include engine oil pressure and engine temperature indicators, hydraulic pressure, feed rate, and maximum bit pressure ammeter, and an hour meter. Hydraulic levers shall move in a Direction that corresponds to cable or cylinder movement. The rig controls shall be manual/electric over hydraulic. 5.14 An automatic 140 pound drop hammer that can hydraulically swing out over the hole and is calibrated according to ASTM standards for SPT work shall be provided. A nitrogen charge kit shall be provided. Calibration certification shall be provided. 5.15 A side feed water swivel and all necessary water hoses shall be provided. 6. TOOLING: The following tooling shall be furnished: 300 feet of 5 foot long NWJ drill rod 300 feet of 5 foot long, 6 inch OD, probe rod (casing) 300 feet of 5 foot long, 2.25 inch OD, probe rod two box to NWJ pin two female Hex U joint assemblies for coring two female hex u-joint assemblies for augering three spring assisted swivel pull cap pins two 6 inch drive caps two 6 inch swivel pull caps two 6 inch 1 foot long probe rods two 6 inch rod wipers two 2.25 inch diameter, 6 inch long check rods A drop rack water transport with tank A drop rack transport system without tank And one 53 inch toolbox A dual tube sampling system, including 2 of each of the following: Cutting shoe 2.25 in centering drive cap 2.25 inch split sheath drive head 2.25 inch sheath drive head Split sheath core catcher Split sheath and solid retainer Core catcher Wrench 72 inch sample tube 72 inch thin wall split sheath 72 inch liner HDPE liner holding ring 7. SAFETY: Emergency engine shut-off devices shall be located on control panel, both sides of the rig and the engine drill. All pressure systems shall be provided with suitable pressure relief valves. A swing out safety cage shall be provided. All moving parts that are so located as to be a hazard to operating or maintenance personnel shall be fully enclosed or properly guarded. Protective devices shall not impair the operating and maintenance functions. Safety features that prevent sudden movements in the jacks and mast in the event of hydraulic system failure shall be incorporated into the system. 8. DRILL RIG CARRIER: A truck and trailer capable of hauling rig and associated tooling shall be furnished as part of the drilling system. 8.1 TRUCK: A truck, having a diesel engine with a minimum of 12.8 L and 450 HP, a 12 speed overdrive automated manual transmission, a front axle with minimum of 14,600 pounds and a tandem rear axle with a minimum rating of 40,000 pounds and equipped with air-ride shall be required. The truck shall have 11R22.5 tires and semi application trailer connections and meet current DOT requirements. 8.2 TRAILER: A 35 ton capacity rig/drill tools/supplies hauling trailer with detachable front hitch for low deck loading, a rear ramp system for rear approach loading, an onboard hydraulic wet kit (hydraulic power source for trailer), 22.5 inch tires, a fully covered center and rear deck, and tie downs meeting current DOT requirements shall be furnished. 9. COLOR: The drill unit and carrier and all parts normally painted shall be primed and painted white. All exposed ram piston parts shall be free of paint. 10. LUBRICATION: All items that require periodic lubrication shall be provided with a suitable lubricating fitting. 11. PUBLICATIONS: Two copies of the manufacturer's service manual containing operating instructions, maintenance instructions, and a bill of material or parts list shall be furnished by the manufacturer to the Contracting Officer and one copy shall be furnished with the equipment. 12. MISCELLANEOUS: All equipment cataloged as standard shall be furnished, and shall be included in the purchase price of the unit. The component parts of the unit shall be of proper size and design to safely withstand maximum stresses imposed by a capacity load, and the manufacturer's rated loads for chains, bearings and universal joints shall not be exceeded when the unit is loaded with such loads. This machine is to be delivered in operating condition, with acceptance subject to inspection and approval. The successful bidder, at a time designated, shall provide two days of training to familiarize personnel with the correct operational and servicing procedures for the equipment delivered. 13. INSPECTION AND DELIVERY: A Contracting Officer's representative at the Contractor's plant will inspect the completed drill rig. Additional inspections may be made during construction and assembly of the drill rig. The Contractor shall notify the Contracting Officer in writing at least 10 days in advance of the time the completed machine will be ready for inspection. The inspection shall include witnessing a test of the drilling machine under actual working conditions. The Contractor shall furnish all materials, services, fuel, and incidentals required to make the test. Any defects found shall be corrected and the Contractor to the satisfaction of the Contracting Officer shall promptly replace any equipment not in full compliance with the requirements of the specification without cost to the Government. Title will pass to the Government after final inspection and acceptance by the Government at the Contractor's plant. The delivery date shall not exceed the limit of 4 March 2016. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY 0001 180 dys. ADC 1 CORE DRILL FOB DESTINATION 9665A5 SHIP TO ADDRESS: 1712 TROOST KANSAS CITY MO 64108 FOB: Destination Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors--Commercial Items (APR 2014) 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2015) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.215-7008 Only One Offer (OCT 2013) 252.222-7007 Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014) Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities (APR 1984) 52.203-6 Restrictions On Subcontractor Sales To The Government (SEP 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2015) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition Of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (JUL 2014) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (JUL 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (AUG 2013) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.211-7007 Reporting of Government-Furnished Property (AUG 2012) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) Section M - Evaluation Factors for Award EVALUATION FACTORS FOR AWARD This Contract will be awarded based on the Lowest Priced Technically Acceptable Offeror's Proposal. The technical evaluation will be based on the Product Description found in section C of this Soliciation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-R-1049/listing.html)
- Place of Performance
- Address: 1712 TROOST, KANSAS CITY MO 64108, KANSAS CITY, Missouri, 64108, United States
- Zip Code: 64108
- Zip Code: 64108
- Record
- SN03833650-W 20150813/150812000419-07e450f3223deba8ba06bfa7a90af60e (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 |