SOURCES SOUGHT
Z -- Replace Evaporative Coolers, Yuma Area Office, Yuma, Arizona
- Notice Date
- 2/24/2016
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R16PS00550
- Response Due
- 3/4/2016
- Archive Date
- 3/19/2016
- Point of Contact
- Jackson, Edward
- Small Business Set-Aside
- N/A
- Description
- This sources sought notice is for market research and acquisition planning purposes only. No formal solicitation for this work exists at this time. All interested and qualified concerns are encouraged to submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative and management capability of such offerors to perform this type of work. The capability statements will be used to assist in determining appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. The Bureau of Reclamation Yuma Area Office is proposing to replace the existing evaporative coolers located within the Yuma Area Office/Yuma Desalting Plant 60-acre complex site. The work will be concentrated on the existing Yuma Area Office Vehicle Maintenance Shop and the Yuma Area Office/Yuma Desalting Plant Warehouse facility. All of the proposed work will be within the confines of the YAO/YDP complex site. The proposed work under the solicitation will include, but not be limited to, demolition and removal of concrete pads; placing new concrete support pads; connection of utilities to the new evaporative coolers (water, drains, electrical); required alterations to the ductwork; extension of drains under existing pavement; removal of existing exhaust fans in the YAO/YDP warehouse; and the installation of new exhaust louvers (in place of fans) in the warehouse building. Magnitude of construction is estimated to be between $500,000.00 and $1,000,000.00. Contractors shall demonstrate in their capability statement the ability to do the following: 1. The ability to self-perform a majority of the onsite activities. 2. Have sufficient equipment, personnel and tools. 3. Shall demonstrate minimum experience requirements of working directly in three (3) past contracts of similar size structures such as installing small (6'' and larger) sewer lines and patching roadways, demolition of concrete pads, installation of large industrial type evaporative coolers, fabrication of double wall ductwork, 460 V electrical panels, installing electrical conduit and mechanical exhausts at least 24' AFF within the last five (5) years. The Contractor shall manage the entire project, provide qualified, skilled labor and supervision and materials. Submittals after contract award are anticipated to include, but are not limited to, the following: (1) A Health and Safety Job Plan. (2) Submittals meeting technical requirements for industrial stainless steel evaporative coolers specified as well as for providing a service organization for providing 4 hour onsite response to a service call on an emergency basis. (3) Performance and Payment Bonds for the entire amount of contract award price. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 238220 Plumbing, Heating, and Air-Conditioning Contractors, which has a small business size standard of $15.0M. Capability statements are to be submitted no later than Friday, 04 March 2016, 12:00 PM Pacific Standard Time. The capability statement submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, business size and type(s) (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, (8)(a), HUBZone, Service-Disabled Veteran-Owned Small Business, other-than-small (i.e. Large) business, etc.), and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of actual jobs completed within the past five years from the date capability statements are due in which the Contractor completed work. Additionally, for each job listed, provide the following: project/contract title and reference number, a brief description of the work performed, effort/tasks/work self-performed and effort/tasks/work subcontracted, dollar value of the job, start and end dates (project duration), project location, customer's name and the customer's point of contact information (name, email address and phone number) for the work completed. (3) Bonding capability, both on a single-job and aggregate basis. Capability statements shall not exceed five pages in length. All responses to this sources sought notice shall be provided to Edward Jackson, Contract Specialist, via e-mail at ejjackson@usbr.gov. Capability statements received via any other medium (e.g. regular mail, fax) will not be accepted or considered. This sources sought notice should not be construed in any manner to be an obligation of the Government to issue a contract or result in any claim for reimbursement of costs for any effort expended responding to this request. No solicitation is currently available. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on the Federal Business Opportunities web site at http://www.fedbizopps.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/27aca15ba31ca987057d5e500b1f6450)
- Record
- SN04029940-W 20160226/160224235136-27aca15ba31ca987057d5e500b1f6450 (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 |