Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2005 FBO #1354
SOURCES SOUGHT

Y -- Nimbus Dam Radial Gate Repair

Notice Date
8/9/2005
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
06SP202165
 
Response Due
8/22/2005
 
Archive Date
8/9/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Bureau of Reclamation is issuing this announcement to identify potential certified HUBZone concerns who would be interested in repairing 18 radial gates at Nimbus Dam. All work is contingent upon the availability of appropriated funds in accordance with Federal Acquisition Regulation (FAR) Clause 52.232-18 "Availability of Funds". In addition, all work is required to be performed and completed within 1095 calendar days from the date of issuance of the Notice to Proceed. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard in millions of dollars is $28.5. However, the government reserves the right to change the classification if deemed necessary. The estimated dollar magnitude of this project is anticipated to be between $1,000,000.00 and $5,000,000.00. All letters of interest and qualifications should be submitted by close of business on August 22, 2005. It is anticipated that award of the work will occur in December 2005. The procurement method anticipated will be in accordance with FAR Part 14.101 "Elements of Sealed Bidding." This procurement will require 100% performance and payment bonds. Interested parties should include the following information in their response: (1) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone), and a point of contact. (b) A copy of the certificate issued by the SBA of your qualifications as a HUBZone small business concern. (c) A positive statement of your intention to submit an offer for this solicitation as a prime contractor and (d) Evidence of your experience performing work similar in type and scope to include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers and past experience regarding the construction or rehabilitation of radial gates of similar type work described above within the past 5 years. In addition, include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. This procurement is being considered for 100 percent set-aside for HUBZone small business concerns; however, all interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone concerns, the solicitation may be issued as a small business set-aside or solicited on an unrestricted basis without further notice. Therefore, replies are requested from all interested parties, regardless of business size or category. All interested parties are encouraged to respond to this notice electronically via e-mail at dkeith@mp.usbr.gov or on company letter head not later than August 22, 2005 to Debra A. Keith, U.S. Dept of the Interior, Bureau of Reclamation, Mid-Pacific Region, Acquisition Services, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and FAR 4.1200, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. The principal components of the work to be performed under the specifications include the following: 1. Move the Government furnished bulkhead gate from storage and installing it in each of the 18 radial gate bays, moving it from bay to bay, and returning it to storage upon completion of the repair work. 2. Repair each of the 18 radial gates, one at a time, after isolating the work area by installing the Government furnished bulkhead gate on the upstream noses of the adjoining piers. 3. Remove and dispose existing upstream coatings containing lead and other heavy metals on each radial gate. 4. Provide automatic voltage-controlled, impressed current cathodic protection and corrosion monitoring systems for all submerged metalwork on the upstream face of 18 radial gates. 5. Provide corrosion-engineering services to design, furnish, install, energize, adjust, and test corrosion monitoring and impressed current cathodic protection systems meeting the following. 6. Prepare surfaces and apply primer and surface coating on the upstream face of each radial gate. 7. Replace all bottom and side rubber seals with neoprene seals on each gate. 8. Replace all carbon steel clamp bars and fasteners with stainless steel clamp bars and fasteners for the seal assemblies. 9. Refurbish lifting bracket eyes for each of the 18 gates, 2 lifting bracket eyes per gate, 36 total. 10. Furnish for each of the 18 gates, 2 radial gate wearing pads per gate, 36 total. 11. Replace the radial gate carbon steel equalizer bars and pins with new stainless steel equalizer bars and pins, 2 sets per gate, 36 sets total (Part Nos. 28 and 30). Numbered parts are shown on Information Drawing No. 40-D-4795. 12. Replace the radial gate carbon steel gate connecting links and pins with new stainless steel gate connecting links and pins, 2 sets per gate, 36 sets total (Part No. 31). 13. Replace the existing wire rope assemblies with new stainless steel wire rope assemblies, 2 wire rope assembly per gate, 36 wire rope assemblies total (Part No. 26).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=149525)
 
Place of Performance
Address: Work is located at Nimbus Dam, approximately 15 miles east of Sacramento, California, in Sacramento County
Zip Code: 95630
Country: USA
 
Record
SN00866351-W 20050811/050809212611 (fbodaily.com)
 
Source
FedBizOpps.gov 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.