SOURCES SOUGHT
Z -- Z--SOURCES SOUGHT St. Mary Canal Diversion Works, Dam Replacement and Fish Modific
- Notice Date
- 2/9/2023 3:54:21 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
- DOIRFBO230009
- Response Due
- 2/23/2023 12:30:00 PM
- Archive Date
- 03/23/2023
- Point of Contact
- Maurer, Charlene, Phone: 4062477819, Fax: 4062477798
- E-Mail Address
-
CAMaurer@usbr.gov
(CAMaurer@usbr.gov)
- Description
- This is a Sources Sought Announcement for St. Mary Canal Diversion Works, Dam Replacement and Fish Modification, Milk River Project, Montana. This announcement is being used for market research and advanced 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. Work is located at St. Mary Diversion Dam, approximately 8 miles north of St. Mary, Montana, in Glacier County. The principal components of work that will be completed under this project include the following: A. Submittal preparation, transmittal, comment incorporation, and resubmittal process. B. Constructing temporary diversion canal and temporary crossing; C. Diversion and care of stream during construction; D. Constructing cofferdam; E. Removal and control of water; F. Earthwork for structures, canal, and roadways; G. Constructing cast-in-place concrete features; H. Earthfill for diversion dam; I. Furnishing and installing architectural features; J. Installing water supply and treatment systems; K. Furnishing and installing metal building systems; L. Providing system control and monitoring; M. Furnishing and installing electrical features; N. Furnishing and installing mechanical features including fish screens, trashracks, stoplogs, trashrake, slide gates, radial gates, debris boom, and gate hoists; O. Removal of existing features. P. Project closeout and lessons learned. The successful contractor for this requirement will be required to work with the Blackfeet Tribal Employment Rights Office (TERO). For more information regarding Blackfeet TERO, please visit: https://btero.com/ To view a computer-generated aerial view of the existing and new features for this requirement, please visit: https://www.youtube.com/watch?v=_8SDg64Dta4 The Government is seeking interested small businesses, small disadvantaged businesses, woman-owned small businesses, HUBZone small businesses and/or service-disabled veteran owned small business concerns who have the specialized knowledge, 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 $45 million. In accordance with FAR 36.204 and WBR 1436.204, the estimated magnitude of this proposed construction project is between $50 to $100 million. If an interested small business concern believes they are qualified and able to perform the work required under this proposed project, please submit a capability statement demonstrating their ability to successfully accomplish the various components of work outlined above. 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 reimburse any costs associated with responding to this Sources Sought Notice. 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 shall be submitted to Charlene Maurer at camaurer@usbr.gov by 3:30 PM MST on February 23, 2023. For record keeping purposes, telephonic inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b857a0e71014fd5b385a1b72c9598b5/view)
- Place of Performance
- Address: MT 59411, USA
- Zip Code: 59411
- Country: USA
- Zip Code: 59411
- Record
- SN06587970-F 20230211/230209230118 (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 |