SOURCES SOUGHT
Y -- Shasta Dam 30-Ton Cableway Removal
- Notice Date
- 6/7/2007
- 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
- 07SS200145
- Response Due
- 6/13/2007
- Archive Date
- 6/6/2008
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation has a requirement to perform construction work at the Shasta Dam, located approximately 12 miles north of Redding, California in Shasta County. The proposed construction work consists of the following work to be performed: (1) Removal and demolition of an existing 30-ton cableway system from the site, including the head and tail towers with footings and guy wires, a cableway car, wire rope including a 3 ?" diameter main cable, a hoist house building including the equipment inside, and exposed metal wire rope anchors; (2) The concrete wire rope anchor blocks may remain in place, provided that the exposed surfaces are left smooth, with no sharp metal protrusions; and (3) Three osprey nesting platforms on poles installed on the site. The three wood poles shall be installed according to the specifications, with each one supporting an osprey nesting platform at the top. The existing osprey nests shall be removed from their current locations on the cableway towers and placed on the new nesting platforms. Existing structures shall be protected and not damaged during the work including: penstocks which are located underneath the cableway on the tail tower side; the powerhouse which is located near the tail tower; and the high power transmission lines which run underneath the cableway on the head tower side. The applicable North American Industry Classification System (NAICS) code is 237990. The magnitude of the work is estimated at $1,000,000 - $5,000,000. The contract duration is estimated from September 30, 2007 (estimated award date of contract) through December 2008. This procurement will require performance and payment bonds. The purpose of this sources sought synopsis is to identify potential qualified sources. It is requested that interested HUBZone contractors submit a capability statement as follows: The information below is not requested to preclude any small business concerns from bidding or submitting an offer on this requirement. It is used to determine whether your organization is eligible and responsible to receive an award, and to make a determination as to whether this requirement will be set-aside for small business, 8 (a), or HUBZone, the following information is requested: (1) A brief statement about your organizations goals and objectives; (2) A brief description about your core services; (3) List key personnel and key corporate experience and capabilities; (4) Project experience that makes you uniquely qualified to perform this requirement; (5) List of existing contracts with a point of contact; (6) List of previous contracts with a point of contact; (7) List of Certifications and qualifications; Please provide data that demonstrates that your organization has/have: (1) Adequate financial resources to perform the contract, or the ability to obtain them; (2) The necessary organizational experience, accounting and operational controls, and technical skills, or the ability to obtain them; (3) The necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and (4) Bonding Capacity. The work: (1) Please provide a brief description on the means and methods you would use to perform the work; (2) What strategy would you use to put together a team to perform the work (3) What key personnel would you use (4) What supplies and equipment would you need (5) How do you plan to manage the work through completion? All capability statements should be submitted to the Contract Specialist, Brenda Davis, via e-mail at bdavis@mp.usbr.gov by the response date of this synopsis. Should you have any questions please contact the Contract Specialist via e-mail by the response date of this synopsis. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1202, apply to this procurement. Prospective contractors must be registered in CCR 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://www.orca.bpn.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=206911)
- Record
- SN01312905-W 20070609/070607221733 (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 |