SOURCES SOUGHT
Y -- Pasture Canyon Dam Construction - Modification of the outlet works, spillway and embankment at Pasture Canyon Dam
- Notice Date
- 11/2/2012
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
- ZIP Code
- 89006
- Solicitation Number
- 13-003LC
- Response Due
- 11/16/2012
- Archive Date
- 11/2/2013
- Point of Contact
- Rosa Gomez Contract Specialist 7022938069 rgomez@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
- N/A
- Description
- SOURCES SOUGHT SYNOPSYS This is a SOURCES SOUGHT SYNOPSIS for acquisition planning purposes only and no formal solicitation exists at this time. Therefore, the information presented in this announcement does not obligate Reclamation in any manner. The Bureau of Reclamation (Reclamation), Lower Colorado Regional Office, is in the acquisition planning stages of what may become a new acquisition for the benefit of the Bureau of Indian Affairs and the Hopi Indian Tribe. All qualified concerns interested in performing the proposed project may submit capability statements for consideration. Based upon response to this announcement and capability statements, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation or decide on an alternate procurement strategy. History of the Proposed Project Pasture Canyon Dam is located approximately 5 miles east of Tuba City AZ on the Hopi Indian Reservation. Pasture Canyon Dam is an embankment dam, originally constructed circa 1936 for irrigation purposes. The Proposed Project The intent of this project is the modification of the outlet works, spillway and embankment at Pasture Canyon Dam. Modification of the outlet works will include excavation of the existing dam embankment, remove the existing outlet works and currently used siphon and replace it with a new outlet works structure. After removal of the existing outlet works the following will be constructed: * A reinforced concrete control house will be constructed on the crest of the dam * A reinforced concrete intake structure with trashrack and 2-foot by 2-foot slide gate * A reinforced concrete irrigation turnout structure * The new outlet works conduit will consists of a 26-inch high-density polyethylene (HDPE) carrier pipe in a 36-inch HDPE containment pipe encased-in-reinforced concrete. * A reinforced concrete irrigation turnout structure where flows bifurcate as regulated by 16-inch and 24-inch valve control systems * A reinforced concrete impact style stilling basin * All associated dewatering and earthwork reconstruction. Modifications to the existing spillway include armoring the existing earth section with a reinforced concrete structure, 20-feet long in the direction of flow by 60-feet wide in the invert. Riprap and bedding will be provided upstream and downstream of the concrete structure. The embankment modification consists of a downstream sand filter blanket and toe drains. The dam embankment reconstruction in the vicinity of the outlet works structure consisting of: * Approximately 21,000 cubic yards of embankment material * Required excavation (approximately 24,000 cubic yards) including excavation of some soft, unsuitable foundation soils * Installation of woven geotextile fabric for foundation treatment * Removal of 175 linear feet of a 5-foot tall vertical masonry wall on the upstream face * A sloped upstream face protected with riprap and bedding * A two-stage chimney filter will be constructed on the downstream face consisting of approximately 2,500 cubic yards of sand, and 1,600 cubic yards of gravel. * The 12-inch diameter HDPE toe drains are approximately 540 linear feet and surrounded by a sand and gravel zoned envelope * Weir boxes downstream of the embankment. * Crest and downstream slope protection consisting of gravel material. Maintaining irrigation delivery is required on this project and provisions, such as a cofferdam, are likely needed to store and later pass inflows. All construction will need to be completed in a 6-9 month time frame during the off irrigation season. $5,000,000 - $10,000,000 estimated range Capability Statement/Package Sources should submit statements showing ability as a prime contractor and construction services on similar projects as identified above. Interested sources are to provide the following information as part of the capability statement: 1.Company name, address, point of contact, telephone number, e-mail address, and DUNS number. 2.Type of business, i.e. large business, 8(a), HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, small disadvantaged business, women-owned, or small business concern. 3.Bonding capacity. 4.The capability statement shall address the work listed above and the offeror's ability to meet the qualification requirements with this type of work. 5.The offeror's capability work history showing ability to perform a contract of similar size and complexity - Provide all examples of work similar in scope within the last 5 years. 6.List examples of specific experience in preparing for and placing zoned earthfill embankments such as sand filter zones within an embankment within the last 5 years. 7.List examples of specific experience in preparing for and placing toes drains for an embankment dam within the last 5 years. 8.List examples of specific experience in designing and employing dewatering operations. 9.List examples of specific experience constructing heavy civil reinforced concrete structures within the last 5 years. 10.List examples of specific experience constructing pipelines and encased pipelines (outlet works conduits for example) within a dam embankment within the last 5 years 11.For all of the relevant projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant) listed; provide brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. 12.Capability statements shall not exceed ten pages in length. This information will be used to assist the Contracting Officer in terms of developing the appropriate procurement strategy for this acquisition and for purposes of market research. All businesses, regardless of size, capable of providing these items are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. This notice is designed to locate responsible sources that have an interest, and have the ability to perform the services described herein. Should you be interested in this effort and believe that you can successfully fulfill these requirements, please submit a capability package to Rosa M. Gmez, at the address listed below. Capability statements are to be submitted no later than November 16, 2012, 2:00 P.M. Pacific Time. All responses to this sources sought notice shall be mailed, emailed, or faxed to Rosa M. Gmez, Contract Specialist at: Bureau of Reclamation, ATTN: Rosa M. Gmez/LC-10201, P.O. Box 61470, Boulder City, NV 89006-1470; via email: rgomez@usbr.gov, or via fax number (702) 293-8332. When it is determined that a formal solicitation will be issued, a solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/52ddd6d1f98114e9af46f9b688fdb4be)
- Place of Performance
- Address: Pasture Canyon Dam is located approximately 5 miles east of Tuba City AZ on the Hopi Indian Reservation.
- Zip Code: 86045
- Zip Code: 86045
- Record
- SN02923444-W 20121104/121102233748-52ddd6d1f98114e9af46f9b688fdb4be (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 |