Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

Y -- RECOVERY-Glen Elder Dam Spillway Structure Concrete Repairs, Glen Elder Unit, Solomon Division, Pick-Sloan Missouri Basin Program, Kansas (TAS::14 0681::TAS Bureau Project Number 69.000) RE-ANNOUNCEMEN, UNDER NEW SOLICITATION NUMBER

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 316 N 26th Street, Rm 2031 Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R10PS60R07
 
Response Due
1/29/2010
 
Archive Date
11/10/2010
 
Point of Contact
Alma Bergerson Contracting Officer 4062477801 abergerson@gp.usbr.gov;
 
E-Mail Address
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
RECOVERY - This procurement is being funded by the American Recovery and Reinvestment Act of 2009 (ARRA). THIS PRESOLICITATION NOTICE IS A RE-ANNOUNCEMENT OF THE PREVIOUSLY ANNOUNCED PRESOLICITATION NOTICE No. 09SP604260, WHICH WAS CANCELLED. NO CHANGE FROM THE PREVIOUSLY ANNOUNCED DESCRIPTION OF WORK; ONLY DATES CHANGE. THE DATES INCLUDED IN THIS ANNOUNCEMENT ARE APPROXIMATE AND MAY BE SUBJECT TO CHANGE AT THE DISCRETION OF THE BUREAU OF RECLAMATION. ACTUAL DATES WILL BE ESTABLISHED AT THE TIME PROPOSAL DOCUMENTS ARE AVAILABLE. The Bureau of Reclamation, Great Plains Region, has a requirement for construction services as follow: The work is for repairing existing reinforced concrete spillway inlet floor slab, gate structure, and piers. Principal components of the work include: (1) Stripping topsoil from borrow area; (2) removal of water from the construction area; (3) Excavating soil for spillway inlet floor slabs; (4) Placing soil cover material; (5) Seeding; (6) Furnishing and placing reinforced cast-in-place concrete and reinforcement to repair existing spillway inlet floor slab, gate structure, and piers; (7) removing existing deteriorated reinforced concrete using HYDRODEMOLITION METHOD; and (8) plugging spillway float system inlets located within the upstream spillway channel. This solicitation is a Request for Proposal (RFP) - Quality Predominance. The primary evaluation factors are: 1. Company Experience and Past Performance in the use of the HYDRODEMOLITION METHOD of concrete removal by the prime contractor or proposed subcontractor; 2. Safety, and Price. ELECTRONIC COPY OF THE SOLICITATION IS ESTIMATED TO BE AVAILABLE approximately around December 7, 2009, at www.FBO.gov. Site visit information will be made available at the time proposal documents are available and the information will be included in the Foreword page of the solicitation. Proposals are tentatively due on or around January 29, 2010, at the office of Bureau of Reclamation, Attn: Alma Bergerson GP-5000, 316 North 26th Street, Billings, Montana 59101. All acceptable and reasonable sources with experience and successful past performance in concrete removal using HYDRODEMOLOTION METHOD may submit a proposal which will be considered by the Government. The estimated price range is $1.0 million-$5.0 million. The North American Industrial Classification Code (NAICS) is 238110, the Small Business Size Standard is $14.0 million. This procurement will be awarded using the negotiated procedures set forth in the Federal Acquisition Regulation Part 15 and is being advertised on an unrestricted basis, (full and open competition). Offers will be accepted from all responsive and responsible small and large business concerns. THE DATES INCLUDED IN THIS ANNOUNCEMENT ARE APPROXIMATE AND MAY BE SUBJECT TO CHANGE AT THE DISCRETION OF THE BUREAU OF RECLAMATION. ACTUAL DATES WILL BE ESTABLISHED AT THE TIME PROPOSAL DOCUMENTS ARE AVAILABLE. Please be advised that the awardee will be subject to Section 1512(c) of the Recovery Act, which requires that each prime contractor, and first tier subcontractors, report on its Recovery Act funds under the awarded contract. These reports will be made available to the public. For more information go to www.recovery.gov and www.federalreporting.gov. Prospective contractors shall have an active registration in the Central Contractor Registration (CCR) prior to the award of any Federal Government contract. For more information about CCR, go to www.ccr.gov. Contractors submitting a proposal must complete the On-Line Representations and Certifications (ORCA) database. To complete ORCA go to: http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/R10PS60R07/listing.html)
 
Place of Performance
Address: Glen Elder Dam, north central Kansas, approximately 15 miles northwest of Beloit, Kansas, in Mitchell County.
Zip Code: 67446
 
Record
SN02002015-W 20091112/091111000125-09db50bfbceaa3c0835d49f50e4c4b98 (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.