SPECIAL NOTICE
B -- Geophysical Imaging
- Notice Date
- 11/1/2018
- Notice Type
- Special Notice
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK19P0005
- Archive Date
- 11/23/2018
- Point of Contact
- Zachary E. Schuler, Phone: 3097945443
- E-Mail Address
-
Zachary.E.Schuler@usace.army.mil
(Zachary.E.Schuler@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Rock Island District, intends to procure this requirement on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 13.106-1(b)(1), Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements. The Government has a need for Geophysical exploration and imaging of the Lake Red Rock Dam foundation to evaluate the presence of concentrated areas of saturation and groundwater flow. This is a study to evaluate underseepage at the dam in support of the upcoming Periodic Risk Assessment and is justified due to the identified probable failure mode of underseepage leading to erosion of embankment and dam foundation materials. This requires a contractor to strategically place electrodes to bias electric current from the reservoir through, beneath and around the embankment. A signature electric current flows between coupled electrodes, and concentrates in the more conductive zones (i.e., in areas of highest saturation and transport porosity) where seepage preferentially escapes the reservoir. An electric circuit is generated on-site by placing one electrode in the reservoir and coupled with a return electrode located in a borehole completed to depth down-gradient of the Dam. The signature electric current fills the entire subsurface half space between the two electrodes until it finds pathways necessary to establish an electric circuit. As the electric current gathers and concentrates in the seepage flow paths, an instrument measures the resultant changes in the intensity of the magnetic field that accompanies the electric current. The instrument measurements are performed over the entire dam embankment surface area left of the dam's concrete overflow section, including where the embankment is submerged in the reservoir and for a distance of at least 500 feet downstream of the dam toe, on a grid pattern of no larger than 10 meters by 20 meters. Compare the magnetic field intensity observed by instruments to the expected magnetic field for an electrically homogeneous subsurface environment to reveal groundwater flow paths. The investigation would result in maps, graphs, images and tables that identify the specific locations where groundwater preferentially flows beneath the targeted study area. A written report would include a magnetic field contour map and a ratio response map identifying the location of preferential flow paths in 2D, a 3D site model showing the coordinates and depths of preferential flow of electric current beneath the site, interpretation of factors influencing the key seepage paths identified, a detailed description of the method/process, and recommendations for additional investigations to be carried out on the site (if applicable). The U.S. Army Corps of Engineers, Rock Island District, intends to enter into a firm fixed price contract with Willowstick Technologies, LLC, 132 E 13065 S Draper, UT 84020-8618. The NAICS code for this procurement is 541360 with a size standard not to exceed $15,000,000.00. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any SAM registered small business that believes it can meet the requirement may give written notification to the contract specialist (information provided below) by November 8, 2018 at 2:00 PM CST. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions should be directed to Zach Schuler at 309-794-5443; email: Zachary.E.Schuler@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK19P0005/listing.html)
- Place of Performance
- Address: Knoxville, Iowa, 50138, United States
- Zip Code: 50138
- Zip Code: 50138
- Record
- SN05140379-W 20181103/181101230707-397cdb894a159c8e41119f4e9c2c7558 (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 |