Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
SOLICITATION NOTICE

J -- Structural Steel and Piping Repair and Replacement for Hoover Dam - IDIQ.

Notice Date
3/30/2018
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
140R3018R0016
 
Response Due
5/16/2018
 
Archive Date
5/31/2018
 
Point of Contact
Stubitz, Maria
 
Small Business Set-Aside
N/A
 
Description
Structural Steel and Piping Repair and Replacement for Hoover Dam - IDIQ. The Bureau of Reclamation (Reclamation), Lower Colorado Dam ¿s office (Hoover Dam), has a requirement for modification, repair and replacement and installation of multiple steel structures and piping systems which support components that carry liquids and gases, such as, water, oil, and compressed air, to various areas of the plant and dam. These structural and piping systems utilize structural steel and pipe ranging in size from 1/8-inch to 100-inches. System pressures range from 10 psi to 2300 psi. Materials include steel, copper, cast iron, PVC, aluminum, plastic and all other materials used in commercial structural components and piping systems. Manufacturing methods include welded, threaded, flanged, grooved, and all other styles used for commercial piping systems. This IDIQ includes the following types of work: The work includes, but is not limited to, the following: 1.Replacement of piping systems and portions of piping systems due to deterioration. This work involves removal and replacement of old piping which is not serviceable due to corrosion, erosion, and cavitation. 2.Installation of new piping and new piping systems. 3.Modification of piping systems including re-routing piping and adding components to improve operations and maintenance of plant systems. 4.Repair or replacement of steel structures such as large gates, towers, trash-racks, hatch covers, pipe supports, steel frames, bracing, tank repair and various steel systems typically found at hydroelectric facilities. 5.Purchase and deliver pipe, fittings, components, and structural steel to the appropriate facility. 6.Provide contract personnel such as pipefitters, ASME/AWS certified welders, millwrights, journeyman plumbers, and other skilled trades to perform repairs as detailed in task orders. This solicitation is Unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 237110 Water and Sewer Line and Related Structures Construction, which has a small business size standard of $36.5 million in average annual receipts. This acquisition will be pursued in accordance with FAR Part 15 and in accordance with the source selection evaluation criteria included in the Request for Proposal (RFP). Awards will be made using best-value, source-selection procedures incorporating tradeoffs between price and non-price factors. It is expected that the RFP will include evaluation factors for Relevant Experience, Technical Capability, Technical Approach, Past Performance and Price. The Government intends to award multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts from this solicitation, each with a performance (ordering) period of five (5) years and $11,669,000.00 in capacity. The Government also anticipates that the first task order will be awarded at the time of award of IDIQ contracts to the Offeror providing the overall best value to the Government, considering all evaluation factors as set forth in the solicitation. Task Order 1 Statement of Work/Specifications and Price Schedule will be included as part of this solicitation set to be issued. Subsequent task orders will be competed amongst the pool of contractors receiving an IDIQ award as a result of this solicitation. All task orders will be issued on a firm-fixed-price basis. The IDIQ contracts are estimated to be awarded around August 1, 2018 with an estimated performance period of August 1, 2018 to July 31, 2023. The estimated magnitude of each task order is between $10,000.00 and $3,000,000.00. Offerors are required to have a current registration on the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov/portal/public/SAM/ A pre-proposal site visit will be scheduled for all interested parties. Site visit information (e.g. date, time, location) will be provided with the solicitation. It is anticipated that the solicitation, in the form of an RFP, will be issued on or about April 16, 2018. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via www.FBO.gov. Offerors should register on FBO to be included on the offeror list in order to receive notifications pertaining to the solicitation or visit the FBO website after issuance to download the solicitation and any subsequent amendments. All parties are responsible for checking the FBO website to ensure that they have the most current information. All dates in this announcement are estimates and are subject to change. The solicitation, once issued, will contain instructions for submitting questions. No questions regarding this acquisition will be accepted or addressed/answered prior to formal solicitation issuance. The point of contact is Cris Stubitz at mstubitz@usbr.gov or at 702-293-8149.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/643efaca42722a041e3cfe001a3cf691)
 
Place of Performance
Address: Hoover Dam State Route 172 Boulder City NV 89005 USA
Zip Code: 89005
 
Record
SN04873275-W 20180401/180330230815-643efaca42722a041e3cfe001a3cf691 (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.