SOURCES SOUGHT
A -- Cone Penetrometer Testing at Arthur V Watkins Dam
- Notice Date
- 3/10/2010
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R10PS80257a
- Response Due
- 3/17/2010
- Archive Date
- 3/10/2011
- Point of Contact
- Al Phillips Contract Specialist 3034452449 aphillips@usbr.gov;
- 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
- Competitive 8(a)
- Description
- This Source Sought Notice (SS) is for information and planning purposes only and shallnot be construed as a solicitation or as an obligation on the part of the Bureau of Reclamation. The purpose of this SS is to identify qualified small business sources capable of performing the work described herein. As a result of this SS, the Bureau of Reclamation may issue a Request for Proposal (RFP). The US Bureau of Reclamation, Denver Office, Acquisitions Operations Group is performing a market survey to determine if there are an adequate number of interested and qualified small businesses having the capability to provide Cone Penetrometer Testing Services/Seismic investigation at Arthur V Watkins Dam located about 10 miles north and slightly west of Ogden, Utah. The contractor will perform Cone Penetrometer Testing in about 72 penetration test locations at approximate 500 foot centers on the crest and the toe of the dam. The portion of the embankment dam to be investigated is about 4.7 miles long and has numerous access points along the alignment. Some tests may reach refusal in gravel/cobbles materials in the crest of the dam. In those cases a second try will be required to see if the sounding can be advanced to the required depth. If a second try meets failure, Reclamation can provide a backhoe or drill to remove rock in the crest. The contractor should provide a testing vehicle with sufficient reaction force, greater than 20 tons. A truck mounted platform is anticipated as access should be good. A 10 ton subtraction cone with peizometer element will be used for all testing. 20 of the soundings will be performed with a seismic piezocone. Down hole seismic testing will be performed at 5 ft intervals at depths greater than 15 feet. A statement of work is available by request. All interested parties should request via email to aphillips@usbr.gov Interested parties should include the following information in their response: (a) Business name, address, DUNS code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for a solicitation as a prime contractor; (c) Evidence of successful past performance in federal contracting providing similar services. Evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three examples. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System Code (NAICS) is 238910 and the related small business size standard is $14 million. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered under the appropriate NAICS code 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. All interested parties are encouraged to respond to this notice, by e-mail to aphillips@usbr.gov no later than the close of business March 17, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d3f0e53cfc83c57336b8393097a7cec3)
- Place of Performance
- Address: 10 miles north and slightly west of Ogden Utah
- Zip Code: 84340
- Zip Code: 84340
- Record
- SN02087745-W 20100312/100310234553-d3f0e53cfc83c57336b8393097a7cec3 (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 |