Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2018 FBO #6230
SOLICITATION NOTICE

H -- GEOTECHNICAL DRILLING SERVICES

Notice Date
12/12/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
12300 West Dakota Avenue Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
6982AF19Q000002
 
Response Due
12/27/2018
 
Point of Contact
Donald Peters, Contract Specialist, Phone 7209633347
 
E-Mail Address
CFLSimplified@dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Quote. The Federal Highway, Central Federal Lands has a need for multiple award blanket purchase agreements for Geotechnical drilling services in the States of Arizona, California, Colorado, Hawaii, Kansas, Nebraska, New Mexico, Nevada, North Dakota, Oklahoma, South Dakota, Texas, Utah and Wyoming, Glacier National Park, Yellowstone National Park and Grand Teton National Park. The purpose of this synopsis is to acquire quotes, capabilities and qualifications of various members of the Small Business Community Small Business, Small Disadvantaged Business to include 8(a), Historically Underutilized Business Zones (HUBZone) Veteran Owned Small Business Concerns, Service-Disabled Veteran-Owned Small Business, to enter into cooperative agreements to further reduce the administrative costs of acquiring service contracts in accordance with commercial item acquisition. Blanket Purchase Agreements (BPA) eliminate contracting and open market costs such as the search for sources, the development of technical documents and solicitations, evaluation of bids and offers. BPA(s) further decrease costs reduce paper work and save time by eliminating the need for repetitive individual purchases. The result is to create a purchasing mechanism for the Government that works better and costs less. The General over all scope of work will include but is not limited to the following; the drilling machine requirements will consist of a truck -mounted drill, and either a track, ATV of skid-mounted drill capable of wire-line core drilling to a minimum depth of 200 feet, obtaining an H-size (2.5 -inch diameter) core, and standard penetration (SPT) tests and samples for the full depth specified. The equipment shall also be capable of turning 8.25 inch (O.D) hollow-stem augers to a depth of 80 feet. The drilling machine must be furnished complete with all materials, operating accessories, modifications and attachments necessary to fulfill the requirements of the project. All equipment will need to pass inspection prior to any awards. Core drilling equipment will be H-sized triple tube or split tube wire-line unless otherwise stated. N-sized triple tube or split tube wire-line equipment may be called for when using portable drill type equipment. Casing Advancers from N size to H size may be used. Hollow stem augers for soil sampling to auger refusal, installation of instrumentations, and H-sized coring for sampling must have a minimum I.D. of 4 114th inches and maximum O.D. of 9 _inches. Large diameter earth auger bit shall have an O.D. of 14 to 16 inches with a solid stem auger flight of 8 to 10 inches’ diameter attached. The combination shall have the capability to drill 5 feet below ground surface. All stationary and mobile diesel and gasoline engines, except exhaust turbo-charged engines used shall be equipped with spark arresters. The personnel requirements will consist of one journeyman-level drill operator with 2 years’ minimum experience, drillers license from each state in which they perform work. Must be capable of performing standard geotechnical tests and be proficient in the use of split tube sampler and similar tests. The experienced helper will work under the direct supervision of the driller. Must be capable of lifting heavy equipment in adverse weather. Must have a minimum of 6 months of experience. Flag personnel shall be certified and perform in accordance with the Manual on Uniform Traffic Control Devises, Part IV Section F. The service contract act will be applicable to any awards resulting from this solicitation. This list is not all inclusive. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF19Q000002/listing.html)
 
Place of Performance
Address: U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION CENTRAL FEDERAL LANDS HIGHWAY DIVISION 12300 W. DAKOTA AVENUE, SUITE 360 LAKEWOOD, CO
Zip Code: 80228
Country: US
 
Record
SN05172929-F 20181214/181212230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.