Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
SOURCES SOUGHT

Y -- Seawall Construction Project

Notice Date
3/19/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L13PS00302
 
Response Due
3/29/2013
 
Archive Date
4/28/2013
 
Point of Contact
Jacqueline Carter
 
E-Mail Address
jecarter@blm.gov
(jecarter@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) SEAWALL CONSTRUCTION PROJECT (DESIGN/BUILD) Project Description: The Bureau of Land Management (BLM) requires Design/Build construction contract documents including, specifications, and drawings depicting existing conditions and proposed construction, a finalized construction cost estimate and construction of the approved drawings and specifications for construction of a boat dock/loading/offloading area at Partners Point on Lake Havasu. The work requires furnishing transportation, labor, equipment and materials to design and construct foundations, seawall, retaining wall, and improvements including associated earthwork, erosion control and surface drainage and ramps, railings and security fencing/gate required to provide a safe and functioning area for loading and offloading materials and personnel from boats alongside the shoreline of Lake Havasu in Arizona. The Concept Drawings and Outline Specifications represent a solution which requires furnishing transportation, labor, equipment and materials to design and construct a concrete retaining wall and seawall comprised of interlocking steel sheet-piles along the shoreline of Lake Havasu. This work includes site survey for contours, design planning and development, preparation of specifications and drawings, construction layout, sheet pile installation backfilling and compaction, tie-back anchor installation, concrete slab and decking, temporary and permanent security fencing and gates, concrete retaining wall, pipe railing, concrete caps, erosion control and surface drainage. The project area is approximately 0.2 acres, not including a potential additional stockpile/staging area that is located northerly from the project site, approximately 300 feet away, alongside the project site access road. The work requires design and construction personnel with knowledge of wave action and river flows. Anticipated magnitude of construction, including design, is anticipated between $500,000 and $1,000,000. Introduction: This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that the Bureau of Land Management (BLM) will take procurement action in this matter or set-aside in a means designated by a respondent. Further, neither BLM nor the Government will be responsible for any cost incurred in furnishing this information. BLM recognizes the interest and value gained by industry input. This RFI is being used to gather market research for BLM to make decisions regarding an appropriate acquisition strategy and industrys interest. BLM is interested in identifying potential offerors to include their business type, experience, business size and capability of fulfilling a requirement to construct and design a seawall. Location: Work under this Contract is located on BLM National System of Public Lands in Mohave County, Arizona, adjacent to the City of Lake Havasu, Arizona. Access to the project site is located at the west end of Sweetwater Ave. approximately one-mile down a graded dirt road. Lake Havasu is a manmade lake impounded behind Parker Dam on the Colorado River. Job site is located.26 miles west on Sweetwater Avenue from the BLM Lake Havasu Field Office, which is located at 2610 Sweetwater Avenue, Lake Havasu City, AZ. 86406. Thence 1.16 miles south on an unnamed road to the Partners Point work yard. Anticipated Contract Type: Firm Fixed Priced, Two Phase Selection, Design Build Background: The existing loading facilities are inadequate to support safe and functional loading and unloading of supplies and personnel into and out of boats used by BLM. The boats are used for navigating across Lake Havasu to perform maintenance at 86 Boat-In Recreation Sites and for routine lake patrols which address public contact and safety on the lake. The existing materials are in disrepair, construction materials and methods are substandard for the Intent and the facility is subject to internal agency audit findings for trip and fall hazards. Responding to this RFI: This RFI/Source Sought includes 2 attachments. The ATTACHMENTS ARE LOCATED ON Fedconnect.net. NO LOG-IN is required. Search Public Opportunities Only and search by Reference Number L13PS00302. RFI responses must include the attached MS Excel File and experience information. This information includes the following: 1.Interested Prime Contractor's Name, DUNS Number and Address; 2.Name, phone and email address of the primary point of contact for the respondent; 3.Major tasks to be performed by Prime or Subcontractor Contractor a.If task is to be performed by Prime, just place an "x" in the applicable cell; b.If by a subcontractor, note their business size (Sm or Lrg) (if unknown, just " x"); c.Based on what is consider an industry standard, if there is a task that your company would not or could not perform mark the cell with an "NA" and explain in the space provided. Attach an additional sheet if needed; d.Specify other major task that may be performed by either party (Prime or Subcontractor). 4.Respond to questions 8-15: a.How likely are you to submit a proposal? On a scale from 1-10, with 1 being unlikely (10% sure) and 10 being highly likely (100% sure); b.What is your companys business size to include any socio-economic classifications (i.e. Lg or Sm, 8(a), SDB, SDVOSB etc.); c.Primary NAICS Code for the type work noted in the requirement; d.Are you a foreign entity?; e.What is your business type (i.e. General Contractor, Specialized Construction Contractor - Seawalls, A-E etc.) f.Experience Information: Do you have recent seawall construction experience? If so, attach no more than 5 recent projects (5 pages) to include: i.A brief description of work performed; ii.The size of the project (total cost); iii.The location, place of performance; iv.Dates performed (start and end); v.Type of seawall project; and vi.Type of contract (FFP, FFP award fee, Cost Reimbursable, Design Build, Build only etc.); g.Can you perform 25% or more of the work? The percentage is based on the cost. 5.Provide any other information that you would like to explain or for BLM to consider. No solicitation exists; therefore requests for a copy cannot be honored. The BLM point of contact for this requirement is Jacqueline Carter, Contracting Officer at 303-236-0550, jecarter@blm.gov. The response date is 29 March 2012 at 11:00 am Mountain Time (1:00 pm Eastern). Send response via email jecarter@blm.gov or by USPS (or equivalent). The address is: Bureau of Land Management (OC 664) Attn: Jacqueline Carter Bldg. 50, Federal Center (Between Kipling and 6th - Door S-2) P.O. Box 25047 Denver, Colorado 80225-0047
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L13PS00302/listing.html)
 
Place of Performance
Address: BLM Lake HavasuSweetwater AvenueLake HavasuAZ86403United States of America
Zip Code: 86403
 
Record
SN03015288-W 20130321/130319235238-ed1bd20012735106dd679f5aa3d8b47e (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.