SOLICITATION NOTICE
Z -- Captain Tom Dam Rehabilitation
- Notice Date
- 7/9/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- RMN00090145
- Response Due
- 8/24/2009
- Archive Date
- 7/9/2010
- Point of Contact
- Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@bia.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The BIA has a requirement for safety modifications to Captain Tom's Dam. The worksite is located at Captain Tom Dam approximately 2 miles west of Newcomb, New Mexico. The work consists of -(1) Site Construction including demolishing existing structures and items, stripping topsoil from construction areas, excavating materials from dam embankment and foundation and upstream borrow area, placing and compacting embankment, furnishing, placing, and compacting sand filter and gravel drain materials for dam embankment, furnishing and installing geotextile, furnishing and placing rock riprap, placing excavated materials for downstream slope protection, furnishing and installing perforated and nonperforated polyethylene (HDPE) pipe for toe drains, metering manholes, and drain cleanouts, furnishing and installing HDPE containment and carrier pipes for outlet works, furnishing and installing HDPE pipes for intake air vent and hydraulic lines, and furnishing, placing, and compacting road base material, furnishing and installing stock fence and steel security gates.(2) Reinforced cast-in-place concrete is required for the outlet works intake structure, around the outlet works containment pipe, the downstream control house, the impact basin and the transition channel between the stilling basin and the existing concrete-lined irrigation canal, and the early warning system house foundation slab.(3) Metals including furnishing and installing roof hatch covers, door and door frame, gratings, louver frames, ladders, pipe guardrails for outlet works control house and impact basin; and covers, trashracks and associated metalwork for outlet works intake structure.(4) Equipment including furnishing and installing one 24-inch rate of flow control valve, two 24-inch motor operated ball valves, cast-iron slide gate for intake of outlet works and hydraulic operating system, a solar power system, and one 1-ton capacity overhead traveling crane for outlet works control structure.(5) Mechanical including furnishing and installing steel pipe section for outlet works, drainage sump pumping unit and piping for outlet works control structure, and louvers for outlet works control structure.(6) Electrical including furnishing and installing electrical conduit, insulated conductors, grounding system, and wiring devices, distribution panelboard, and lighting system. Incremental funding for the project will be made available at the time of award and subsequently in FYs 2010 and 2011. The NAICS Code is 237990. A pre-bid conference and site visit will be scheduled. The details will be announced in a modification to this synopsis. Bidders are strongly urged to attend the pre-bid conference/site visit. Interested bidders are required to submit a written request to obtain the bid package either by mail or fax, Fax No. (505) 863-8382, Attention: Lynelle Benallie, Contract Specialist. Telephone requests to obtain the bid package will not be accepted. Technical inquiries must be submitted in writing ten (10) days before the bid opening date. Bid opening date is scheduled at 2:00 p.m. (local time), August 24, 2009, at BIA, Navajo Regional Office, 301 W. Hill Ave., 3rd Floor Conference Room No. 342, Gallup, New Mexico 87301. All responsible sources may submit an offer which will be considered. Contract award will be made to the lowest responsive and responsible bidder. Faxed copies of the Invitation for Bids will not be accepted. A map will be included in the bid package for directions to pre-bid conference location. The Bureau of Indian Affairs is planning a firm, fixed-price construction contract for the base work and two options. This is a full and open competition acquisition. The estimated dollar value of this procurement is between $5,000,000 and $10,000,000. All questions concerning this acquisition shall be submitted to Lynelle Benallie, Contract Specialist, Bureau of Indian Affairs, 301 West Hill Ave., Room 346, Gallup, NM 87301, telephone (505) 863-8404. Firms must be registered in the Central Contractor Registration (CCR) in order to be considered for a contract award from the Federal Government. To register or to learn more about the CCR, go to www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMN00090145/listing.html)
- Place of Performance
- Address: Newcomb, NM<br />
- Zip Code: 874550001<br />
- Zip Code: 874550001<br />
- Record
- SN01869572-W 20090711/090709235054-e96fef579eefe17b46bccaa87b10910d (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 |