SOLICITATION NOTICE
Z -- Natoma Pipeline Temporary Bypass
- Notice Date
- 7/11/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- 06SS201071
- Response Due
- 7/25/2006
- Archive Date
- 7/11/2007
- Small Business Set-Aside
- N/A
- Description
- The Mid-Pacific Region of the Bureau of Reclamation is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to obtain feedback from industry regarding the general requirements for an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool to determine potential sources and interested parties in the intended procurement to provide a temporary bypass system that shall include two pumps with self-contained power and a piping system with approximately 2100 feet of pipe including supports and road crossings. The system is expected to be in operation for approximately two months. The contractor shall design, deliver, install, test, maintain, and later remove the entire bypass system for the Central California Area Office (Folsom, California). If a solicitation is released it will be synopsized and posted at http://ideasec.nbc.gov. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Furthermore, 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 unrestricted basis without further notice or may be canceled. Therefore, replies are requested from ALL interested parties, regardless of business size or category. All interested parties are encouraged to respond to this synopsis not later than July 25, 2006, 2:00 PM PST. Please submit all requested documentation listed below to: Rebecca E. McFarland, MP-3836, Contracting Officer, Bureau of Reclamation, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898. Interested parties should submit a capabilities package not longer than 5 pages demonstrating the ability to perform the principal components of work listed below. Packages should include the following information: (1) Business name, address, CAGE code, size classification based on NAICS size standard, socioeconomic classification (e.g., HUBZone), and a point of contact, (2) a copy of the certificate issued by the SBA of your qualifications as a certified HUBZone small business concern, (3) a positive statement of your intention to submit an offer for this requirement as a prime contractor and (4) 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 relevant to the work described below within the past 3 years. In addition, Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1201, 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. Also, please include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work. Responsible sources having relevant experience and the capabilities to perform the work will be considered. 1.The principal components of work are as follows: A). Pipeline - The contractor shall provide minimum 24-inch nominal diameter piping rated to handle operating pressures from their pumps and water hammer. The piping system shall be able to safely transport 30 cfs flow. The length of pipe required is dependent upon the Lake level anticipated throughout the time of operation, but it shall be a minimum of 2,100 feet. The piping system shall be hydrostatically tested for safe operation. The piping will cross terrain that varies; therefore the contractor shall be responsible for providing any and all supports required to safely secure the pipe from all forces including hydraulic loadings. The contractor shall propose and submit a piping layout for approval by the government. The piping will have to cross the road; therefore, the contractor shall provide a road crossing that will not affect the flow of traffic and the flow of water. Road security is scheduled to change around the time of the contract that may require a second road crossing. Therefore the contractor shall provide an option for an additional road crossing. The contractor must provide the necessary pieces to connect to their pump as well as to our standpipe. The standpipe will have a flange connection for a 24-inch nominal pipe attached to the man door. B). Pumps - The contractor shall choose to provide us with one of the following two options: Option A. The contactor shall provide two self-priming pumps with self-contained power. One pump that shall have the capacity to pump a minimum of 14,000 gpm at 80-foot head and the other, a minimum capacity of 3,000 gpm at 80-foot head. Each pump shall have a driver with self-contained power. The contractor shall provide a large enough fuel tank that will allow for at least 24 hours of operation before fueling. The contractor shall also provide the fuel and secondary containment for the fuel and any other hazardous material used in the system. The contractor shall provide and install the necessary suction lines to the lake. Option B. The contactor shall provide two submersible pumps driven by electric motors. One pump shall have the capacity to pump a minimum of 14,000 gpm at 80-foot head and the other, a minimum capacity of 3,000 gpm at 80-foot head. Each submersible pump shall be driven by electrical power supplied by an appropriately sized engine-generator. The engine-generator shall be located on the dam. The contractor shall provide a large enough fuel tank that will allow for at least 24 hours of operation before fueling. The contractor shall also provide the fuel and secondary containment for the fuel and any other hazardous material used in the system. The contractor shall provide and install the necessary suction housing to submerge the pumps in the lake. All electrical work shall be designed and installed by the Contractor. All work is located at the Central California Area Office, Folsom, California, Folsom Dam, approximately 15 miles east of Sacramento, California, in Sacramento County California. The applicable North American Industry Classification System (NAICS) code is 221310 and the related small business size standard in millions of dollars is $6.0. However, the government reserves the right to change the classification if deemed necessary. It is anticipated that award of the work will occur in September 2006. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-JUL-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=178850)
- Place of Performance
- Address: Folsom, California
- Zip Code: 95630
- Country: USA
- Zip Code: 95630
- Record
- SN01087794-W 20060714/060712222104 (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 |