SOURCES SOUGHT
B -- B--Routine rock property analyses for core scanning for total core gamma and spect
- Notice Date
- 10/31/2022 2:06:42 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0223Q0006
- Response Due
- 11/7/2022 1:30:00 PM
- Archive Date
- 11/08/2022
- Point of Contact
- Williams, Lisa, Phone: 303-236-9327, Fax: 303-236-5859
- E-Mail Address
-
ldwilliams@usgs.gov
(ldwilliams@usgs.gov)
- Description
- Routine rock property analyses for core scanning for total core gamma and spectral core gamma on approximately 730 feet of 3-inch diameter. THIS IS A SOURCES SOUGHT NOTICE ONLY. NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify interested firms for the potential requirement detailed below. The North American Industry Classification System (NAICS) code is 541380 (Testing Laboratories) and the size standard is $16.5 Million. The Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. A. Introduction: The Department of the Interior (DOI), U.S. Geological Survey (USGS) Central Energy Resources Science Center, Denver Federal Center, Lakewood, CO 80225-0046, has a requirement for routine rock property analyses on approximately 730 feet of 3-inch diameter core. The rock property analyses include scanning for total core gamma and spectral core gamma on a core drilled through Cretaceous strata near Crowley, Colorado. In addition to scanning the approximately 730 feet of core, an additional 10% (approximately 73 feet) of core will be rescanned (rerun) to instill confidence in the total gamma and spectral gamma readings. B. Background: In May 2022, the USGS drilled a well through Cretaceous strata near Crowley, Colorado. The objective of this drilling program was to obtain core through a complete section of the Sharon Springs, and the underlying transitional members of the Pierre Shale as well as part of the Niobrara Formation. From this well the USGS acquired approximately 730� of core. The top of the USGS core is in the Rusty member of the Pierre Shale and the bottom is in the Niobrara Formation. In order to study the core, the USGS needs to obtain routine rock property analyses. The USGS does not have the ability to conduct these analyses in-house. C. Technical Requirements: Gamma and Spectral Gamma analysis must be performed on a machine that conveys the core through a detector system or a machine that moves a detector system along a core. Readings must be automated to ensure consistency from reading to reading. Gamma and Spectral Gamma readings can be taken simultaneously or separately depending on detector system array. Gamma and Spectral Gamma readings must not be taken with a hand-held/hand operated system as this method provides less consistent readings due to the higher possibility of operator error. Equipment used must be calibrated and functioning correctly (see API recommended practice 3.3 as Attachment 1). The contractor shall be responsible for quality control. The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed at the highest standards. The contractor shall provide a QCP with the proposal and adhere to the QCP during performance of this contract. If a technician is running the core scanning equipment, the technician must be experienced with the equipment and adhere to the QCP. C.1 Core Gamma: The contractor shall acquire total core gamma for approximately 730 feet of 3-inch diameter core provided by the U.S. Geological Survey. An additional 10% (approximately 73 feet) of the core will be rerun, preferably in the Niobrara interval, to instill confidence in the estimates of total core gamma. A maximum of 10 measurements per foot (every 1.2 inches) to a minimum of two measurements per foot (every 6 inches) of core shall be acquired for total core gamma. C.2 Spectral Core Gamma: The contractor shall acquire spectral gamma for approximately 730 feet of 3-inch diameter core provided by the U.S. Geological Survey. This will provide readings for Potassium (K) in %, Uranium (U) in parts per million (ppm), and Thorium (Th) in ppm. An additional 10% (approximately 73 feet) of the core will be rerun, preferably in the Niobrara interval, to instill confidence in the estimates of K, U, and Th. A maximum of 10 measurements per foot (every 1.2 inches) to a minimum of two measurements per foot (every 6 inches) of core shall be acquired for spectral gamma. A detailed scope of work will be provided with any solicitation that may be issued. All business concerns who believe they can responsibly provide this type of service must submit the following information to the Contracting Officer: 1. Tailored capability statement describing information in providing the services described above. 2. The firm must specify that they are either: 2.1 A small business (8(a), HUBZone, SDVOSB, etc.) Or 2.2 Other than small business under the NAICS Code listed in the announcement. 3. The firm must provide a point of contact name and e-mail information, and the firm�s Cage Code, and SAM.gov UEI. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for quotations. The Government does not intend to award a contract based on responses received under this announcement. In order to be responsive to this Notice, a firm must provide the appropriate documentation for consideration by November 7, 2022. Responses that do not comply with these procedures will not be considered. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e07dca531c5b44bc96529fd4c7fa272e/view)
- Record
- SN06506388-F 20221102/221031230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |