SOURCES SOUGHT
Y -- National IDIQ, Design-Build, Radio Site Improvement
- Notice Date
- 2/2/2012
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- BLM OC NOC INFRASTR SEC (OC662)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
- ZIP Code
- 00000
- Solicitation Number
- L12PS00158
- Point of Contact
- Miguel A. Vasquez
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT notice. This IS NOT A Request for Proposal (RFP) or a Pre-Solicitation Notice (Synopsis). No contract will be awarded from this announcement.DESCRIPTION: The Bureau of Land Management has a requirement for Design-Build Construction. This Project will require the Contractor to furnish all investigations, designs, labor, equipment, supplies, materials, and transportation needed to install pre-fabricated radio towers and shelters. The applicable NAICS Code for this requirement is 237130. The anticipated ceiling price for an IDIQ is between $ 10 Million and $15 Million. PURPOSE OF NOTICE: This Sources Sought is being used as a market research tool to determine potential Small Business (SB) sources, Certified 8(a) business, HUBZone small business (HUB Zone), Women Owned or Service Disabled Veteran-Owned Small Business (SDVOSB) prior to determining the method of acquisition and issuance of an RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. All respondents are reminded that at least twenty five percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern per FAR clause 52.219-14(b)(4) - Limitations on Subcontracting. RESPONSE DEADLINE: The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements No Later Than 2: 00 PM Mountain Time on February 13, 2012. Please limit to (15) pages. Electronic responses are acceptable if prepared in a Microsoft 2003 compatible format; Email electronic responses to mavasquez@blm.gov with L12PS00158 Sources Sought" in the subject line of the Email. CAPABILITY STATEMENT: Capability package shall include the following:1. General corporate information 2. Firm's capability to manage multiple project/sites of this magnitude [Note: The majority of the work will be focused on improvements to existing or construction of new radio infrastructure on mountain tops in remote areas.]3. Work performed related to the design and construction of radio infrastructure in remote mountain top environments and in a dispatch environment in compliance with the Motorola R56 and other appropriate nationally recognized standards within the past 5 years to include five (5) examples describing the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project 4. Firm's Business Size category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a))5. Prior experience performing work for any government agency6. Firm's Bonding Capability (on official letterhead, your surety must provide your maximum bonding capacity per project and your present aggregate maximum bonding capacity. PERIOD OF PERFORMANCE: The Period of Performance is estimated to be one (1) Base Year with the potential of Four (4) additional one -year options. TYPE OF CONTRACT: It is the Governments intention to award one or more Firm Fixed Price IDIQ Contracts to the contract(s) that provide the best overall value to the Government. REQUIREMENT: This project includes but is not limited to providing, designs, labor, equipment, supplies, and materials for work to improve radio site infrastructure throughout the Bureau of Land Management (BLM). The BLM has radio infrastructure in Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. Work shall include, but not be limited to design and construction of new or improvements to existing radio infrastructure facilities such as mountain top repeaters and dispatch centers in compliance with the Motorola R56, National Electric Code, and other appropriate nationally recognized standards; installation of radio towers, prefabricated buildings, grounding systems, and providing power (commercial or renewable) to those facilities with appropriate surge protection; site work (e.g., grading, removal of existing structures such as towers, shelters, and foundations); and installing of security fencing. Designs to be based on the BLMs Standard Radio Facility Design that are site adapted to each location. The design of the towers and prefabricated shelters and the design of their respective foundations are per the BLM Standard Radio Facility Design specifications the responsibility of the tower or shelter manufacturer. The primary expertise need is in the design, installation, and testing of grounding systems for radio infrastructure in remote mountain top locations. SOURCES SOUGHT NOTICE: This is a Sources Sought notice and does not commit the Government to award of any contract under the above listed terms. All responsible sources may submit a capability package which will be considered by this agency. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from Bureau of Land Management. Information on registration and annual confirmation requirements may be obtained by calling 1- 866-606-8220, or by accessing the CCR web site at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS00158/listing.html)
- Record
- SN02666326-W 20120204/120202234805-547c269f4cbe5a7becd843a150070684 (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 |