Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2013 FBO #4278
MODIFICATION

M -- Paradox Valley Unit - Operations, Maintenance, and Repair

Notice Date
8/9/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R13PS40016
 
Response Due
8/21/2013
 
Archive Date
8/9/2014
 
Point of Contact
Lynette Rock Contract Specialist 8015243798 lrock@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
THIS IS AN UPDATED OF ANNOUNCEMENT NO. R13AN40016 - NOTE THAT THE SOLICITATION WILL BE RELEASED ASAP, THE PERIOD OF PERFORMANCE HAS CHANGED, AND THE SITE VISIT HAS BEEN SCHEDULED. PROJECT DESCRIPTION AND PURPOSE: The U.S. Bureau of Reclamation, Upper Colorado Region has a requirement for the daily operations, maintenance, and repair of the Paradox Valley Unit (Unit). As part of the Colorado River Basin Salinity Control Program (CRBSCP), the Unit provides salinity control for the Colorado River system by preventing up to 180,000 tons of salt per year from entering the Dolores River. The brine is collected from nine shallow Production Wells along the Dolores River in the Paradox Valley and is pumped to the Surface Treatment Facility where it is filtered and temporarily stored, then pumped to the Brine Injection Facility where it is delivered under high pressure to a 16,000' deep injection well. The Unit operates 24 hours/day, 7 days/week, 325 days/year, with two twenty day shut downs per year. The Contractor will be responsible for the daily operation, maintenance and repair of the Unit. The Unit shall be staffed 24 hours/day, 7 days/week during injection operations with sufficient personnel, consumables and spare parts to facilitate day-to-day safe operations and maintenance activities. While the Unit is operating, a minimum of 2 employees are required to be on-site. The Government currently anticipates two, twenty-day scheduled down-time periods each year, although the length and dates of down-time periods may vary according to the current operating criteria. "Down time period" is when no injection operations are being performed; however, 24 hour monitoring of the Facility may be required in accordance with the Standing Operating Procedure. The government intends to issue a Fixed Unit Price Contract in Early September, 2013, with performance beginning no later than SEPTEMBER 10, 2013. There will be a base year, and two one-year options; FAR 52.217-9, "Option to Extend the Term of the Contract" will be included. Additionally, FAR 52.217-08, "Option to Extend Services" will also be included, allowing the option for the Government to extend services up to an additional 6 months. The resultant contract will be primarily firm-fixed-price (FFP), with a Time-and-materials (T&M) CLIN for certain components, tools, consumables, special equipment, and other direct costs. NAICS AND SIZE STANDARD: The NAICS code for this project is 561210 with a small business size standard of $35,500,000. Full and open competition will be sought. COMPETITION: The government intends for this requirement for Commercial Services to be procured in accordance with FAR Part 12, 13.5, and 15 procedures. Solicitation R13PS40016 is anticipated to be conducted with full-and-open competition. The Government reserves the right to award with or without discussions. The project specifications and project location will be defined in the solicitation document. SOLICITATION RELEASE DATE: The release date for solicitation No. R13PS40016 is anticipated to be August 12, 2013. Interested parties are encouraged to monitor this announcement for updates and the release of the solicitation documents. The solicitation documents for this procurement will be accessible from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, all potential offeror's responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be providing any other methods of information dissemination. SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov): The System for Award Management (SAM) is a recently implemented Federal Government owned-and-operated FREE web site that consolidates the capabilities in Central Contractor Registration (CCR)/Federal Register (FedReg), Online Representations and Certifications Application (ORCA), and Excluded Parties List System (EPLS). Offerors must be successfully registered in SAM in order to be considered for a Government contract award. If you had an active record in CCR, you have an active record in SAM. SITE VISIT: The Government intends to conduct a pre-solicitation site visit for highly-interested vendors on Thursday, August 15 at 9:00 AM. Details will be released in the solicitation. Please contact Ms. Rock with any questions. POINT-OF-CONTACT FOR QUESTIONS: The primary point of contact for this solicitation is Ms. Lynette Rock, Contract Specialist: Email - lrock@usbr.gov ; Phone - 801-524-3798. The Contracting Officer is Ms. Leslie Corpening: Email - Email - lcorpening@usbr.gov ; Phone - 801-524-3738. The contracting office NOTE: THIS IS NOT A REQUEST FOR PROPOSAL (SOLICITATION), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this Notice. The Government will NOT be responsible for any costs incurred by interested parties in responding to this Notice. This FedBizOps Notice is strictly for compliance with FAR Subpart 5.2. As a result of this Notice, the Government may issue a competitive solicitation; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the Notice (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8faa74b140d72f572f83ef3348b89797)
 
Place of Performance
Address: Near Bedrock, Colorado
Zip Code: 814110020
 
Record
SN03143938-W 20130811/130809234713-8faa74b140d72f572f83ef3348b89797 (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.