Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
SOURCES SOUGHT

Z -- Lewiston Dam - Spillway Stoplogs

Notice Date
1/30/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Bureau of ReclamationMid-Pacific RegionRegional OfficeDivision of Acquisition Services2800 Cottage Way, Room E-1815SacramentoCA95825-1898US
 
ZIP Code
00000
 
Solicitation Number
R14PS00111
 
Point of Contact
Erik Danger
 
E-Mail Address
edanger@usbr.gov
(edanger@usbr.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. Principal components of work include furnishing, installing, testing, removing, and transporting Stoplogs to onsite storage for existing spillway structure. Access to the spillways is limit to the crest of the dam. Stoplog guide channels have Precast Concrete Stoplog Filler blocks that will have to be removed for Stoplog installation and re-inserted after the Stoplogs have been removed for storage. Work is located at Lewiston Dam approximately 20 miles northwest of Redding, California, in Trinity County. All interested parties are encouraged to respond to this notice, by e-mail to edanger@usbr.gov not later than close of business on 02/14/2014. 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 include replace existing concrete filler blocks in the spillway structure that are damaged, fabrication and furnishing six new stop logs, including installation, testing, removing, and transporting to onsite storage. All interested parties should include the following information in their response: 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 $5 million dollars. The Government does not intend to limit bonding or use incremental bonding. We will require 100% bonding for this project. 4. Evidence of your experience performing work similar in type and scope to the work in this announcement within the last ten years. The evidence shall include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include detailed information on more than five past projects. Please provide information for components you plan to subcontract and if known, provide information describing their experience and abilities. 5. If a teaming arrangement is being considered, provide the details of the joint venture agreement. 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. Describe your firm's capability and approach to managing a construction project of the type, magnitude and size as described above. 6. Include attachments cataloging the companys equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a9c9a69d12e802213ee7d961839b9ed)
 
Record
SN03277765-W 20140201/140130234828-8a9c9a69d12e802213ee7d961839b9ed (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.