SOURCES SOUGHT
Y -- Nimbus Dam Radial Gate Repairs Phase III
- Notice Date
- 9/10/2013
- Notice Type
- Sources Sought
- Contracting Office
- MP-3800 - Division of Acquisition Services 2800 Cottage Way, Room E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- R14SY20028
- Response Due
- 9/27/2013
- Archive Date
- 9/10/2014
- Point of Contact
- Erik M. Danger Contract Specialist 9169785018 edanger@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 more than $10,000,000. This procurement will require 100% performance and payment bonds. Work is located approximately 2 miles west of Folsom, California in Sacramento County, at Nimbus Dam. All interested parties are encouraged to respond to this notice, by e-mail to edanger@usbr.gov not later than close of business on 09/27/2013. 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 three sections present the principle components work, but do not address all work items or tasks required for completion of this work. 1.Radial Gate Repairs: Repair a total of fourteen gates, one at a time over a period of five years. Work includes removing and disposing of coatings potentially containing lead and other heavy metal from the radial gates, installing and testing galvanic anode cathodic protection systems, performing concrete repair, and performing mechanical repairs, including replacing of components, weld repairs, and painting. 2.Waterway and Marine Construction: Replace seals and wood blocks on bulkhead caissons. Assemble and install Government-furnished bulkhead assembly consisting of floating bulkhead caissons, pier braces, pier nose anchor eyes, and flashboards. Remove and dispose of upstream sediment materials to support installation of bulkhead assembly which includes permit development and processing. 3.Bulkhead Storage Facility: Design, furnish and erect a pre-fabricated building with steel framing, metal roof, wall panels and gutters and downspouts. Excavate materials for building foundation, access and entry door slab, site grading, and drainage system. Design, furnish and construct reinforced cast-in-place concrete for building foundation, floor slab and concrete slabs. PROVIDE TO THE GOVERNMENT THE FOLLOWING INFORMATION: Please note Teaming Partners experience may be used where applicable. Please provide information that addresses the following: 1. 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. Also include the above information for any joint ventures/ teaming partners, etc. 2. A positive statement of your intention to submit an offer for this solicitation as a prime contractor. 3. Describe you firms or teaming partner firm's capability and capacity to obtain bonding for the construction project up to $35 million dollars. The Government does not intend to limit bonding or use incremental bonding. We will require 100% bonding for this project. 4. Describe your firm's approach to managing the work required for this project, including any planned Teaming Partners and the organization structure, roles and responsibilities, and the overall execution of the work. If a teaming arrangement is being considered, provide the details of the joint venture agreement. 5. Describe your firm's capability and approach to managing a construction project of the type, magnitude and size as described above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fb3597794c451785594026d752374d98)
- Place of Performance
- Address: 2 miles west of Folsom, California at Nimbus Dam
- Zip Code: 95630
- Zip Code: 95630
- Record
- SN03181194-W 20130912/130910234855-fb3597794c451785594026d752374d98 (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 |