Procurement Summary
Country: USA
Summary: Upper Santee Basin Study
Deadline: 16 Sep 2016
Posting Date: 12 Sep 2016
Other Information
Notice Type: Tender
TOT Ref.No.: 8144320
Document Ref. No.: R16PS01774
Financier: Self Financed
Purchaser Ownership: -
Tender Value: Refer Document
Purchaser's Detail
Name: Login to see tender_details
Address: Login to see tender_details
Email: Login to see tender_details
Login to see detailsTender Details
This is a sources sought notice for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted.
Proposed project:
the bureau of reclamation, southern california area office, has a requirement to evaluate site potential for a managed aquifer recharge and recovery (marr) system. Work is located in the local upper santee basin, lakeside, san diego county, california.
Principal components of work
the contractor shall characterize the hydrogeological properties of the alluvial sediments, the ambient groundwater quality, and to verify aquifer thickness and lateral extent at the proposed site for the pdmwd upper santee basin aquifer characterization study area with potential exploratory drilling and test sites (figure 2-1).
Site characterization will consist of 1) physical characterization of the material properties and 2) hydrogeological characterization of the saturated material at one extraction well test site and at least two, but no more than four, injection well test sites. Chemical characterization of the groundwater by the contractor shall be limited to collection of samples for water quality analysis during the pumping phases of the aquifer testing and obtaining field water quality parameters as indicated in table 4-1. Pdmwd shall collect samples and perform the laboratory water quality analyses.
Physical characterization shall include borehole stratigraphy, depths of contacts, field and laboratory classification of geologic materials, identification of water bearing units/zones within the borehole, zones of lost circulation, conductivity, storativity, static water level(s), specific yield, well efficiency, well yield(s), aquifer test parameters (pumping rate(s), pumping duration, drawdown, and recovery), and identified, known, or potential boundary conditions.
See the attached preliminary draft statement of work for complete details of the project.
Capability statement/package
sources should submit statements showing their experience and ability as a prime contractor to conduct exploratory drilling. If prime intends to subcontract, show evidence of subcontractor experience.
Interested sources are welcome to submit a capability statement package to include the following information:
1. Capability statement shall address the work listed above and the offerora?s ability to meet the qualification requirements with this type of work.
2. Contractor must have sufficient financial and management capability to assure bonding up to $200, 000.00.
3. Provide your business name, address, point of contact, phone number and email address.
4. Provide your business size & type: 8(a), hubzone, service disabled veteran, small business or large business, etc.
5. The capability statement shall address the offerorsa? capability to perform under a contract of this magnitude and complexity. Provide a list of all relevant projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant), either government or commercial, performed within the last three (3) years, with a brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer s name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work.
This information will be used to assist the contracting officer in terms of developing the appropriate procurement strategy for this acquisition and for purposes of market research. All businesses, regardless of size, capable of providing these items are invited to respond. Any information provided by industry to the government as a result of this sources sought is voluntary. The government will not pay for any information submitted in response to this sources sought. This notice is designed to locate responsible sources that have an interest, and have the ability to perform the services described herein.
The applicable north american industry classification (naic) code is 238910 a? site preparation and the small business size standard is $15.5 million.
Interested sources should submit a capability statement on or before 2:00 pm local time, september 16, 2016. Submittals will be reviewed and considered by reclamation during the solicitation planning process.
All responses to this sources sought notice shall be provided to diane rodriguez, contract specialist, via e-mail at dlrodriguez@usbr.gov. The subject line shall clearly reference the solicitation number associated with the announcement. If you have any questions, please contact ms. Rodriguez at 702-293-8368.
When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on federal business opportunities web site at http://www.fedbizopps
f -- natural resources & conservation services
naics code:
238 -- specialty trade contractors/238910 -- site preparation contractors
238 -- specialty trade contractors/238910 -- site preparation contractors
for help: federal service deskaccessibility
added: sep 09, 2016 5:20 pm
Documents
Tender Notice