Jacumba CA Geotechnical and Drilling Services
ID: 6973GH-24-R-00237Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for geotechnical and drilling services in support of the United States Border Patrol in Jacumba, California. The project involves the design, planning, and execution of up to twelve boreholes, each measuring up to 42 inches in diameter and 100 feet deep, along with the installation of camera and sensor systems and the pouring of high-compressive strength concrete. This initiative is crucial for enhancing border security infrastructure and requires compliance with federal, state, and local regulations, as well as coordination with government officials to minimize disruption to ongoing operations. Interested contractors must submit their proposals by September 26, 2024, with an estimated project budget between $250,000 and $500,000. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation document outlines a request for proposals (RFP) for construction work under the project number 6973GH-24-R-00237, initiated by the FAA Aeronautical Center in Oklahoma City. It specifies that bids are sought for various services including technical design, borehole drilling, concrete installation, and additional optional tasks related to borehole drilling and cameras. The project is estimated to have a budget between $250,000 and $500,000, and proposals must be submitted by September 26, 2024. Key requirements include the provision of performance and payment bonds, adherence to the specified work timeline, and compliance with numerous federal regulations and contractual clauses. The document highlights specific performance metrics, inspection rights, and responsibilities regarding permits and safety procedures. It emphasizes contractor obligations toward environmental protections, labor laws, and safety measures essential for project execution, coupled with the necessity for electronic submission of payment requests. Such structured solicitation underscores the government's commitment to transparency, regulatory compliance, and the effective allocation of federal funds in facilitating construction projects.
    The Federal Aviation Administration's Logistics Center seeks a contractor to provide geotechnical services for the U.S. Border Patrol in Jacumba, CA. This project includes designing and executing the drilling of twelve boreholes, each up to 42 inches in diameter and 100 feet deep, as well as assisting in the installation of camera and sensor systems and pouring high-compressive strength concrete. The contractor is responsible for pre-project planning, coordinating with various suppliers, and ensuring compliance with federal, state, and local regulations. Optional tasks may include additional borehole drilling, camera system procurement, and establishing a change management contingency. Security compliance is essential; all contractor personnel must be vetted prior to site access. The project emphasizes minimal disruption to ongoing operations and requires clear communication and coordination among government officials and contractors. Deliverables include a schedule of values, a safety plan, and daily progress reports, which must be submitted electronically. Overall, this RFP outlines a complex technical project aimed at enhancing border security infrastructure through targeted geotechnical efforts.
    This document outlines wage determinations and classifications for construction projects in San Diego County, California, as per the Davis-Bacon Act and relevant Executive Orders. It specifies various construction types, including building, heavy, highway, and residential projects. The file includes minimum wage rates effective from January 2024 for multiple job classifications within these sectors, detailing the rates and fringe benefits applicable to each classification. The document emphasizes compliance with Executive Orders regarding minimum wage, particularly noting differences based on contract dates. Additional information is provided on the contractor's requirements, worker protections, and modification history related to wage determinations. The critical purpose is to guide federal, state, and local contracting agencies on wage standards mandated for laborers in the construction sector, ensuring fair compensation and regulatory compliance across all applicable projects.
    The document is a Contractor's Release form issued by the Department of Transportation, detailing the legal release of the United States Government from obligations and liabilities associated with a specific contract, once payment is made to the Contractor. The Contractor acknowledges receipt of payment and releases the Government from claims related to the contract, except for specified claims and those related to liabilities to third parties that may arise during contract performance. Additionally, it addresses compliance with patent-related claims and litigation communication requirements under the contract. The form must be signed by the Contractor or a corporate representative, authenticating the release’s validity. This document is essential in the context of federal contracts as it ensures that upon receipt of payment, the Government is protected from future claims, thereby streamlining the process related to contractor agreements and liabilities during federally funded projects.
    The document appears to encompass a series of federal and state/local requests for proposals (RFPs) and related grant information. Its main purpose is to outline criteria and guidelines for prospective contractors or organizations looking to engage in various government-funded projects. Key topics include eligibility requirements, application procedures, project expectations, and compliance standards. The document emphasizes the need for clarity in proposal submissions, stressing the importance of adhering to specified formats and deadlines. Relevant details may cover topics such as project scope, funding allocations, and reporting obligations. Potential bidders must be prepared to demonstrate their capabilities, including expertise, resources, and prior experience with similar projects. The insights into the competitive selection process underscore the government's aim to foster effective partnerships while ensuring transparency and accountability. Overall, this document serves as a critical resource for organizations seeking to navigate the complexities of government RFPs and grants, ultimately aimed at achieving successful collaborations for community and infrastructure development.
    The document primarily discusses the procedures and requirements associated with federal and state/local Requests for Proposals (RFPs) and grants. It outlines the necessary steps for entities seeking funding through various governmental programs, while emphasizing the importance of compliance with regulatory standards and the submission process. Key points include the identification of suitable grant opportunities, preparation of required documentation, and adherence to deadlines. The document also highlights the significance of presenting a well-structured proposal that addresses project goals, budget considerations, and anticipated outcomes. Overall, it serves as a guidance tool for applicants navigating the complex landscape of federal and state funding opportunities, aiming to enhance public sector projects through effective fiscal utilization.
    The provided document is a "Past Experience Information Form" intended for contractors responding to federal RFPs. It requires contractors to furnish details regarding their previous contractual work, including identifying information like the contractor's name and address, the contract/task order/purchase order number, and its dollar value and status. Additionally, contractors must provide the project title, location, and a description of their specific roles and responsibilities on the project. Contact details for the project owner or manager, including their name, address, telephone number, and email, are also required. This form aims to ensure contractors showcase relevant past performance, which is critical for evaluating their capabilities in fulfilling future contracts. Overall, it serves as a structured template for gathering essential information needed for the assessment of contractor qualifications in governmental solicitations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Geotechnical and Drilling Services in Otay Mesa, CA
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors to provide geotechnical and drilling services in support of the United States Border Patrol (USBP) in Otay Mesa, California. The project entails the design, planning, and execution of up to eleven boreholes, each measuring up to forty-two inches in diameter and extending up to one hundred feet deep, along with the installation of camera equipment and concrete pouring of various strengths. This initiative is crucial for enhancing USBP infrastructure and ensuring compliance with federal, state, and local regulations, while also prioritizing safety and operational efficiency. Interested contractors must submit their proposals by September 30, 2024, with an estimated project budget between $1,000,000 and $1,250,000; for further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    Yuma, AZ Geotechnical and Drilling Services
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors to provide geotechnical and drilling services in Yuma, Arizona, in support of the United States Border Patrol (USBP). The project involves the design, planning, and execution of up to fifteen boreholes, each with a diameter of up to forty-two inches and a depth of up to one hundred feet, along with the installation of permanent observation wells and cone penetration testing. This initiative is critical for ensuring the integrity of border operations and requires compliance with federal, state, and local regulations, emphasizing safety and minimal disruption. Interested contractors should contact Jason Perry at jason.m.perry@faa.gov, with a project budget estimated between $500,000 and $750,000, and proposals due by September 20, 2024.
    Geotechnical Investigation - Saipan
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified vendors for a geotechnical investigation to support the construction of a new antenna facility in Obyan, Saipan, Northern Mariana Islands. The project involves assessing soil and groundwater conditions to inform the design of a 1-2 ksf building, including a foundation system, backup generator, and fencing on a 1,000 sm lot. This investigation is crucial for ensuring the structural integrity and compliance of the facility with local regulations. Interested vendors must submit their capability statements and relevant certifications by October 7, 2024, to Samantha Pearce at samantha.a.pearce@faa.gov, with the subject line "MARKET SURVEY RESPONSE: 9112024-Geotechnical Investigation."
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of up to 15.20 miles of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and various drainage improvements, all while maintaining public access during construction. This project is critical for enhancing visitor access and ensuring roadway stability in an environmentally sensitive area, with an estimated cost range between $25 million and $35 million. Interested contractors can attend a non-mandatory pre-bid site visit on October 8, 2024, and must RSVP by October 3, 2024; for further inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is part of the FAA's commitment to enhancing infrastructure for air traffic safety and functionality. Proposals are due via email by October 7, 2024, with a site visit scheduled for September 17, 2024, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail project in Death Valley, California. This project involves the reconstruction of a 2,871-foot-long, ADA-accessible raised timber boardwalk trail, along with the removal of debris, reconstruction of a parking lot, and roadway improvements, all necessitated by severe flooding events in August 2022 and 2023. The initiative is crucial for restoring public access to natural resources while adhering to environmental standards, with an estimated project value between $5 million and $10 million. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, and can direct inquiries to Kelly Palmer at cflcontracts@dot.gov.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for soil sampling services at Cannon Air Force Base in New Mexico, aimed at assessing PFAS contamination beneath the Aircraft Fire Training Evaporation Pond. The contractor will be responsible for collecting soil samples to a depth of 15 feet at designated intervals, following EPA Method 1633, to determine the extent of contamination and ensure compliance with environmental safety standards. This procurement is critical for environmental remediation efforts associated with military operations, reflecting the government's commitment to managing hazardous materials responsibly. Interested small businesses must submit their proposals by September 20, 2024, with a total contract value of up to $25 million, and can direct inquiries to Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil.