Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

Z -- Gravel Supply and Placement in Trinity County, California

Notice Date
11/20/2008
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
09PS200014
 
Response Due
12/1/2008
 
Archive Date
11/20/2009
 
Point of Contact
Brenda Davis Contract Specialist 9169785143 bdavis@mp.usbr.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation has a requirement for delivery and placement of approximately 10,000 tons of course sediment at five sites located in Trinity County, California. The proposed construction work consists of the following work to be performed: Supply approximately 10,000 tons of coarse sediment to be delivered to five coarse sediment augmentation sites and placed in the Trinity River at one of the sites located in Lewiston, in Trinity County, CA. Coarse sediment is defined as screened and washed coarse sediment meeting specified requirements, suitable for placement in Trinity River for geomorphic and spawning habitat purposes. Site names and principle work components, in order from upstream to downstream, are as follows: 1. Diversion Pool site located on Trinity Dam Boulevard just north of the new Lewiston bridge (deliver and stockpile only).2. Sawmill site located off Rush Creek Road on Cemetery Road just downstream of the Old Lewiston Bridge (deliver and place in the river).3. Bucktail site located on the Trinity River at Browns Mountain Road (deliver and stockpile only).4. Grass Valley Creek site at the confluence of the Trinity River off of Lewiston Road (deliver and stockpile only).5. Steel Bridge site located on the Trinity River at Steel Bridge Road (deliver and stockpile only). The applicable North American Industry Classification System (NAICS) code is 237990. The magnitude of the work is estimated at $100,000 - $250,000. This procurement will require performance and payment bonds. The purpose of this sources sought synopsis is to identify potential qualified sources. It is requested that ALL interested contractors submit a capability statement as follows: The information below is not requested to preclude any small business concerns from bidding or submitting an offer on this requirement. It is used to determine whether your organization is eligible and responsible to receive an award, and to make a determination as to whether this requirement will be set-aside for 8 (a) or HUBZone. The following information is requested:(1) A brief statement about your organizations goals and objectives;(2) A brief description about your core services;(3) List key personnel and key corporate experience and capabilities;(4) Project experience that makes you uniquely qualified to perform this requirement;(5) List of existing contracts with a point of contact;(6) List of previous contracts with a point of contact;(7) List of Certifications and qualifications; Please provide data that demonstrates that your organization has/have:(1) Adequate financial resources to perform the contract, or the ability to obtain them;(2) The necessary organizational experience, accounting and operational controls, and technical skills, or the ability to obtain them;(3) The necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and(4) Bonding Capacity. The work:(1) Please provide a brief description on the means and methods you would use to perform the work;(2) What strategy would you use to put together a team to perform the work?(3) What key personnel would you use?(4) What supplies and equipment would you need?(5) How do you plan to manage the work through completion? All capability statements should be submitted to the Contract Specialist, Brenda Davis, via e-mail at bdavis@mp.usbr.gov by the response date of this synopsis. Please indicate your business size/type per the applicable NAICS code (small, service-disabled, HUBZone, 8 (a), large, etc.). Should you have any questions please contact the Contract Specialist via e-mail by the response date of this synopsis. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1202, apply to this procurement. Prospective contractors must be registered in CCR 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://www.orca.bpn.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7206f9494abc78a9cff7ad73423bf93b&tab=core&_cview=1)
 
Record
SN01707611-W 20081122/081120214943-7206f9494abc78a9cff7ad73423bf93b (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.