SOURCES SOUGHT
Z -- ALCOVA DAM SPILLWAY CONCRETE REPAIRS
- Notice Date
- 1/30/2020 12:10:16 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 140R6020R0007
- Response Due
- 2/17/2020 8:59:59 PM
- Archive Date
- 03/20/2020
- Point of Contact
- Dillon, Darlene
- E-Mail Address
-
DDillon@usbr.gov
(DDillon@usbr.gov)
- Awardee
- null
- Description
- WYAO - Alcova Dam Spillway Concrete Repairs. This is a Sources Sought Notice for a market survey, which is to be used for informational purposes and preliminary planning purposes. Proposals are not being requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Bureau of Reclamation, Missouri Basin Region, has a requirement for concrete repairs at the Alcova Dam Spillway, which is located approximately 30 miles southwest of Casper, Wyoming in Natrona County. The dam is located adjacent to Kortes Road and Wyoming State Highway 220. It is anticipated the proposed award will result in a Firm Fixed-Priced contract, to one contractor. The principal components of work include the following: 1) Construction and removal of a temporary cofferdam and saw cutting and removing damaged concrete on the downstream spillway and stilling basin retaining walls, retaining wall caps, and floor slabs in designated areas and replacing with new concrete; and, 2) Removing downstream spillway and stilling basin handrails and chain-link fence and replacing with new chain-link fence. The Government is seeking interested small business concerns who have the specialized experience and resources necessary to successfully complete a project of this size, scope and complexity. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction with a business size standard of $39.5 million. In accordance with FAR 36.204, it is estimated the magnitude of construction will be between $1,000,000 and $5,000,000. If an interested small business concern believes they are qualified to perform the work for this project, please submit a capability statement identifying any associated qualifying small business (socio-economic) status and demonstrate the ability to successfully accomplish the various components of work outlined above for the Alcova Dam Spillway Concrete Repairs. Socio-economic status for qualifying small business concerns includes one or more of the following: Small Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Indian Small Business Economic Enterprise, Small Disadvantaged Business, Women-Owned Small Business, and Other Minority Owned Small Business. The capability proposal must address the following information: Potential contractors shall furnish a list of no more than three (3) Federal, State, local government, or commercial projects completed within the last 10 years, which are similar in scope and complexity to the work required under this Sources Sought Notice. The interested contractor must clearly demonstrate the ability to successfully complete projects in a timely manner, manage a variety of construction disciplines, and work collaboratively with owners. Projects similar in scope and complexity are defined as work involving (but not limited to) unwatering a stilling basin, concrete removal and placement, cofferdam construction and removal, earthwork/erosion control, and chain-link fence replacement. If the potential offeror intends to utilize subcontractors for specific work activities, the subcontractor shall demonstrate the subcontractor�s experience with identified work activities on similar projects. The following information shall be provided for each project: 1) Name and location of project. 2) Description of work. 3) Whether or not the offeror was the prime contractor, what portion of the work was performed by the offeror, and what portion of the work was performed by subcontractors. 4) Original completion date and actual dates and duration for each project (including modifications). 5) Initial contract amount and final contract amount (including modifications). 6) Name, address, and phone number of CO/owner/COR/point-of-contact who may verify information for this project. 7) Any problems encountered in performance of the work and corrective actions taken. The Government will not pay for reimbursement of any costs associated with responding to this Sources Sought Notice. Reimbursement will not be made for any costs associated with providing information in response to this notice or any follow up information requests. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if any solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the responses to this notice, is at the discretion of the Government. Capability statements must be submitted via email by 9:00 AM (Mountain Time Zone-Billings, MT Time zone) February 17, 2020, to Contract Specialist Darlene Dillon at the following email address: ddillon@usbr.gov. For record keeping purposes, telephonic inquiries will not be accepted. Please email all inquiries and submissions to Contracting Officer Darlene Dillon at ddillon@usbr.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b2bc369079a48b6bd0c259d1671bf00/view)
- Record
- SN05548569-F 20200201/200130230210 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |