Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOURCES SOUGHT

Y -- Phase II Folsom Dam Auxiliary Spillway

Notice Date
2/11/2008
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
08SP200093
 
Response Due
2/21/2008
 
Archive Date
2/10/2009
 
Point of Contact
Don Neal Contract Specialist 9169785144 dneal@mp.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Mid-Pacific Region of the Bureau of Reclamation is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to obtain feedback from industry regarding the general requirements for an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool to determine potential sources and interested parties for an intended procurement. If a solicitation is released it will be synopsized and posted at http://ideasec.nbc.gov. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The estimated value of the intended procurement is greater than $10,000,000.00. The procurement will be for the second phase of Joint Federal Project Auxiliary Spillway excavation with principle project elements of excavation of approximately 1.9 million cubic yards of common & rock material within the limits of the auxiliary spillway chute and stilling basin, haulage of excavated material to multiple stockpiles locations using existing and newly constructed haul roads, construction of miscellaneous access roads, construction of a cofferdam, and relocation of a 42-inch water supply pipeline serving the city of Folsom. The government is considering reducing performance and payment bonds to only $20,000,000.00, which is less than 100% of the estimated acquisition value. The government is considering setting this acquisition aside for HUBZone or 8(a) businesses. Response to this synopsis will be a major factor in determining if this acquisition will be set aside. ALL interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone or 8(a) concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. All interested parties are encouraged to respond to this synopsis not later than February 21, 2008 at 2:00 PM PST. Please submit all requested documentation listed below to Don Neal via email: dneal@mp.usbr.gov. Interested parties should submit a capabilities package not longer than 5 pages demonstrating the ability to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, Dun and Bradstreet number (DUNS), size classification based on NAICS size standard, socioeconomic classification (e.g., HUBZone, 8(a), etc.), and a point of contact, (2) a copy of the certificate issued by the SBA of your qualifications as a certified HUBZone or 8(a) small business concern, (3) a positive statement of your intention to submit an offer for this requirement as a prime contractor, (4) evidence of your experience performing work similar in type and scope to include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers and past experience regarding work similar to the type of work described below within the past 3 years, and (5) please include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work. In addition, Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1201, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on Annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. The applicable North American Industry Classification System (NAICS) code is 237990 and the related small business size standard is $3.1 million . However, the government reserves the right to change the classification if deemed necessary. It is anticipated that award of the contract will occur in September 2008.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=228036)
 
Place of Performance
Address: Folsom CA
Zip Code: 95630
Country: USA
 
Record
SN01505799-W 20080213/080211225854 (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.