Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2012 FBO #4003
SOURCES SOUGHT

Z -- Prosser Creek Dam, Refurbish High-Pressure Gate Seats and Regulating Gates

Notice Date
11/7/2012
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1905 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
R13PS20053
 
Response Due
11/19/2012
 
Archive Date
11/7/2013
 
Point of Contact
Rosana Yousef Goarji Contract Specialist 9169785004 ryousefgoarji@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
This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. 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 (NAICS) Code is 237990 and the related small business size standard is $33.5M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $1,000,000 and $5,000,000. This procurement will require 100% performance and payment bonds. Work is located at Prosser Creek Dam approximately 1.5 miles above the confluence of Prosser Creek and the Truckee River and approximately 5 miles northeast of Truckee, California in Nevada County. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone; 8(a), etc.), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. (e) If bonding is required, also provide evidence of your bonding capacity; All interested parties are encouraged to respond to this notice, by e-mail to ryousefgoarji@usbr.gov not later than close of business on 11/19/2012. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov PRINCIPAL COMPONENTS OF WORK: The following five sections present principal components of work. Provide information in accordance with Part C above. A. Describe your firm's experience performing or managing subcontractors performing the following types of work: B. Explain your firm's experience, capability and approach to managing a job or subcontractors where these activities will be occurring over the duration of the project: C. List the work that will be self-performed and the work that will be subcontracted: 1.Metal Fabrication - The Offeror/Offeror's Subcontractor will fabricate the intake bulkhead gate, fabricate steel high-pressure transitions pipe, fabricate bypass pipe components, test fit the steel transition pipe section, perform various materials tests (elongation, weld performance, etc.), coat the bulkhead, coat steel transition pipes, coat bypass components, fabricate seals, and perform seal tests. 2.Dive Activities - The Offeror/Offeror's Subcontractor will muster and coordinate delivery of documentation, personnel, dive equipment, barges, cranes, and material to the site. The Offeror/Offeror's Subcontractor will conduct multiple dives at depths of 100 feet or deeper, remove trashrack(s), remove the stoplog slot cover, cleanup any sediment deposits in the work area, inspect the stoplog slots and seat areas, lower and position bulkhead. After conduit unwatering, the divers will remove the lock plate from intake bulkhead gate to bypass lake water to the steel high-pressure transitions pipe. Divers will install the plate securing the bypass intake after gate work is complete. The steel high-pressure transition pipe and bypass pipe will be removed. The Offeror/Offeror's Subcontractor and Government will test the High-Pressure Guard Gates. The Offeror will rewater the conduit, remove the bulkhead, reinstall the stoplog slot cover, reinstalling of trashrack(s), and demobilize. 3.High-Pressure Guard Gates - The Offeror/Offeror's Subcontractor will remove, refurbish and replace two guard gates and two control gates. The work includes removing, fabricating, installing, and testing new self-lubricating composite high-pressure gate Leaf Seats, new stainless steel high-pressure gate Body Seats, and new stainless steel high-pressure gate Leaf Lip Reconfiguration Bars. The Offeror/Offeror's Subcontractor will re-assemble the gate, and install the new hoist shutoff and bypass valves. 4.Coating Removal - The Offeror/Offeror's Subcontractor will remove coatings, coat gates, and other items in a confined space in a safe, environmentally sensitive manor. 5.Safety and Dive Plans - Provide examples of safety and dive plan(s) for installation of bulkhead gate(s) from previous bulkhead gate installation and removal project. Provide examples of safety and health plan(s) for Confined space removal of coatings containing hazardous materials or potentially containing hazardous materials above action levels.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bce6826504257d495734ec4d6792115e)
 
Place of Performance
Address: Northeast of Truckee, California in Nevada County.
Zip Code: 958251898
 
Record
SN02926091-W 20121109/121107235049-bce6826504257d495734ec4d6792115e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.