SOURCES SOUGHT
Y -- RECOVERYARRA PROJECT NO: 28.002TAS::14 0681::TAS Drought Relief - Construction of New Wells
- Notice Date
- 3/19/2010
- 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
- R10SY20R80
- Response Due
- 3/23/2010
- Archive Date
- 3/19/2011
- Point of Contact
- Brenda L. Davis Contract Specialist 9169785143 bdavis@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
- RECOVERYTAS::14 0681::TASTitle: Drought Relief - Construction of New WellsPSC: Y299Place of Performance: San Joaquin, Stanislaus, Merced, Fresno, and Kings Counties, all located in California. This announcement is to 8(a) Small Business, HUBZone Small Business, and Service Disabled Veteran Owned Small Businesses that may be interested in performing a construction project 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. 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; (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work; and(e) As bonding is required, also provide evidence of your bonding capacity. The work is located within California's San Joaquin River Valley, within the counties of San Joaquin, Stanislaus, Merced, Fresno, and Kings. The principle components of the work are as follows: A.Drill test holes at proposed well sites (approximately 56 wells)B.Take geologic samples during drilling to produce lithologic profile of the holeC.Perform electrical logs on the test hole and produce a resistivity profile of the holeD.Determine the best levels within the hole to place screened casing intervals, and submit recommendations for well installation to Reclamation for approvalE.Furnish and install well components including casing, screen, filter pack, and all other necessary componentsF.Develop and test each well and submit recommendations for pump selection to ReclamationG.Furnish and install components to complete wells, including pump/motor systems, column piping, pressure sensors, well heads, and cast-in-place concrete padsH.Furnish and install new control panelsI.Provide all conduits, cabling, and wiring to complete all power, control, and ground installation at each wellJ.Furnish new flow meters to districts/ownersK.Coordinate with local utilities to bring power to well site The work is scheduled to be started in July 2010 and continue for one year. All interested parties are encouraged to respond to this notice, by e-mail to bdavis@usbr.gov no later than the close of business on Tuesday March 23, 2010. The information provided in this announcement is all the information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.11 and 4.12, 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://orca.bpn.gov. 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/34fb87343b5945d2e59df54129ed40af)
- Record
- SN02098092-W 20100321/100319235637-34fb87343b5945d2e59df54129ed40af (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 |