Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOURCES SOUGHT

Y -- RECOVERY TAS::14 0681::TAS ARRA 19.000 CONTRA COSTS FISH SCREEN PHASE 3

Notice Date
12/17/2009
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
R10SY20R32
 
Response Due
12/23/2009
 
Archive Date
12/17/2010
 
Point of Contact
Joshua D. Stuart Contract Specialist 9169785510 jstuart@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
RECOVERYCONTRACT NO: R10PC20R32SOLICITATION NO: R10PS20R32ARRA NO: 19.000TAS::14 068 ::TAS This announcement is to 8(a) Small Business, HUBZone Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard is $33.5 million. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $10,000,000 to $25,000,000. This procurement will require 100% performance and payment bonds. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work.(e) If bonding is required, also provide evidence of your bonding capacity; All interested parties are encouraged to respond to this notice, by e-mail to jstuart@usbr.gov not later than the close of business on December 23, 2009. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. The work is located at the inlet to the Contra Costa Canal on Rock Slough approximately 5 miles east of Oakley, Contra Costa County, California and includes the following principal components of work: Providing a temporary source of water to all affected irrigators.Removal of water from foundations between cofferdams.Removing temporary barbed wire fence.Removing existing cofferdams.Furnishing and constructing irrigation pump structure.Furnishing and installing log booms with precast composite piles.Furnishing and installing temporary and permanent barbed wire fence.Furnishing and installing 7-foot-high chain link fence and gates.Furnishing and driving foundation piles.Furnishing and installing steel sheet piling for cutoffs and for walls.Excavating for structures.Backfilling about structures.Constructing embankments.Paving yard areas.Gravel surfacing O&M access road.Constructing the fish screen structure consisting of 8 concrete bays. Each bay will be 40 feet long across the face, 38 feet wide at footing, and 18 feet high.Furnishing and erecting precast prestressed concrete voided beams on top of fish screen structure bays.Constructing equipment building. Mechanical features:(1) Designing, furnishing, installing and testing relief panel hoist.(2) Furnishing and installing steel spray water piping.(3) Designing, furnishing, installing and testing hydraulic trash rakes.(4) Designing, furnishing, installing and testing conveyors for the hydraulic trash rakes.(5) Furnishing, installing and testing the water-level measuring system.(6) Furnishing, installing and testing the water quality monitoring system.(7) Furnishing, delivering and testing portable air compressor.(8) Furnishing and installing stainless steel fish screens.(9) Furnishing and installing barrier panels.(10) Furnishing and installing relief panel.(11) Furnishing and installing adjustable baffles.(12) Furnishing and installing blocking panels.(13) Furnishing and installing guides and seats.(14) Furnishing, installing and testing spraywater pumping unit.(15) Furnishing, installing and testing irrigation pumps.(16) Furnishing, installing and testing drainage pumps. Electrical features:(1) Furnishing and installing ground cable, electrical conduit, and insulated conductors.(2) Furnishing and installing the following electrical equipment: motor control boards, distribution panelboard, combination transformer and load center, combination motor starters, conduits, insulated conductors,manual transfer switch, and 480 volt receptacle and plug for portable engine generator.(3) Furnishing and installing RTU equipment.(4) Installing Government-furnished radio equipment.(5) Furnishing and installing security and entry, and surveillance systems.(6) Furnishing and installing lighting system. Central Contractor Registration (CCR), as required by FAR 4.1102, 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. The offeror is required to submit their Representations and Certifications, as required by FAR 4.1201 via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. The ORCA must be completed prior to award. Please be advised that the awardee will be subject to Section 1512(c) of the Recovery Act, which requires that each contractor report on its Recovery Act funds under the awarded contract. These reports will be made available to the public.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29eff63d2ceb9db5fe08d3292aa040fc)
 
Place of Performance
Address: Approximately 5 miles east of Oakley, California, in Contra Costa County.
Zip Code: 94561
 
Record
SN02026840-W 20091219/091217235333-29eff63d2ceb9db5fe08d3292aa040fc (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.