SOURCES SOUGHT
99 -- Jamestown Dam Outlet Works Stilling Basin Concrete Floor Repairs
- Notice Date
- 12/12/2020 2:09:49 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
- 140R6021R0016
- Response Due
- 12/31/2020 12:00:00 AM
- Archive Date
- 01/15/2021
- Point of Contact
- Dillon, Darlene
- E-Mail Address
-
DDillon@usbr.gov
(DDillon@usbr.gov)
- Awardee
- null
- Description
- Jamestown Dam Outlet Works Stilling Basin Concrete Floor Repairs This is a Sources Sought Notice for a market survey, which is to be used for informational and preliminary planning purposes. Proposals are not 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 the Jamestown Dam Outlet Works Stilling Basin Concrete Floor Repairs, which is located immediately north of Jamestown, North Dakota, in Stutsman County. The principal components of work include the following: 1. Construct cofferdam, unwater stilling basin and remove fish. 2. Remove damaged existing concrete at chute floor, chute blocks and stilling basin floor. 3. Place new silica-fume reinforced concrete at chute floor, chute blocks and stilling basin floor. It is anticipated the proposed award will result in a Firm Fixed-Priced contract, to one contractor. 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, the estimated magnitude of this construction project is between $500,000 and $1,000,000. 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 Jamestown Dam Outlet Works Stilling Basin Concrete Floor 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. 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 those projects having similar principal components of work, with a contract dollar value previously identified. 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 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 the project(s); and, 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 a 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 3:00 PM (Mountain Standard Time Zone-Billings, MT Time zone) December 31, 2020, to Contracting Officer 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 the following email address: ddillon@usbr.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0921da09a7564b7ca9a06cf85c874985/view)
- Record
- SN05872634-F 20201214/201212230137 (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 |