SOURCES SOUGHT
Z -- By-Pass Drain Panel Repair
- Notice Date
- 4/16/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- 140R3018B0007
- Response Due
- 4/30/2018
- Archive Date
- 5/15/2018
- Point of Contact
- Berry, Kathleen (Kathy)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement for acquisition planning purposes. No formal solicitation for this work exists at this time. All eligible and qualified contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the experience, technical level of expertise, administrative and management capability to perform the effort described below. The capability statements received will be used to determine The Bureau of Reclamation's (Reclamation) overall procurement strategy. The Bureau of Reclamation currently operates and maintains ground water drainage wells and associated water conveyance systems in and around Yuma County. Reclamation has a Bypass Drain located in the Yuma, Arizona convey agricultural drainage flows from farmland to the Colorado River and its tributaries or in Mexico. Reclamation is responsible for maintaining the integrity of the existing structures and conveyance system including siphons, inlets and diversions, gates, and linings. The existing system has been in continuous service for an excess of 20 years and is showing signs of moderate to severe concrete deterioration and spalling along the canal at the concrete panels. The proposed work will include any required saw cutting, demolition, and removal of designated sediment material and trash inside the canal prism, the removal of concrete canal lining panels, legal disposal of demolished materials. Earthwork for new concrete lining panels, concrete lining expansion joint construction and installation, removing of old joint sealant and furnishing and installing new approved sealant and expansion joint. Nuisance water may happen during construction. The contractor will be responsible for handling any nuisance water during construction. The North American Industry Classification System (NAICS) Code for this acquisition is 237990, Other Heavy and Civil Engineering Construction with a small business size standard of $36.5M. Alternative NAICs codes may be considered and if an offeror feels that there is a more suitable NAICS Code classification for this item, please indicate when submitting your capability package. Capability statement/Package Sources should submit statements showing their experience and ability as a prime contractor to perform the above stated work. If prime intends to subcontract, show evidence of subcontractor experience. Interested sources are welcome to submit a capability statement package to include the following information: Capability statement shall address the work listed above and the offeror ¿s ability to meet the qualification requirements with this type of work. 1. Contractor must have sufficient financial and management capability to assure bonding up to $500,000.00. 2. Provide your business name, address, point of contact, phone number and email address. 3. Provide your business size & type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business, etc. 4. The capability statement shall address the offerors ¿ capability to perform under a contract of this magnitude and complexity. Provide a list of ALL RELEVANT projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last three (3) years, with a brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. Capability statements are to be submitted no later than 12:00 P.M. Pacific Time on April 30, 2018. Capability statements shall not exceed six pages in length. This information will be used to assist the Contracting Officer in terms of developing the appropriate procurement strategy for the acquisition and for purposes of market research. All businesses, regardless of size, capable of providing these items are invited to respond. Any information provided by industry to the Government as a result of this sources sought is voluntary. This notice is designed to located responsible sources that have an interest, and have the ability to perform the services described herein. All responses to this Sources Sought notice shall be provided to Bureau of Reclamation, LCR to the attention of Kathy Berry, Contract Specialist -via e-mail kberry@usbr.gov. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a149b23c9a4a3f6cfb7181f9d570230)
- Record
- SN04891066-W 20180418/180416231007-2a149b23c9a4a3f6cfb7181f9d570230 (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 |