Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2015 FBO #4820
SOURCES SOUGHT

R -- Professional Services

Notice Date
2/2/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Ofices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R15PS00427
 
Point of Contact
Rex Amicone, Phone: 303-445-2485
 
E-Mail Address
ramicone@usbr.gov
(ramicone@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY This Request for information (RFI) is for the purpose of identifying contractors that possess the capabilities outlined below. The Reclamation design and construction office routinely provides construction support services within geographically assigned areas. Occasionally, workload either exceeds the capacity of the geographically assigned staff or requires specialty knowledge and experience staff does not possess. Reclamation policy is to temporarily reassign staff from other geographic areas first to satisfy these temporary requirements. The purpose of this IDIQ is when no other Reclamation staff with the skills, knowledge, and expertise is available to perform the required work a task order could be issued on this professional services IDIQ to meet the requirement. This RFI shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission of this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned. The following labor capabilities may be required under this requirement: These do not include services as defined under the Brooks Act Civil Construction Inspection (CI): Heavy civil construction and water resource infrastructure, large concrete placements, mass concrete, roller compacted concrete (RCC), soil cement, shotcrete, concrete demolition and hydro-demolition, concrete repairs, asphalt and earth construction materials and methods, zoned filter embankments, deep excavations, foundation preparation, geotextile and geomembrane, dams and large water containing structures, water conveyance canals and pipelines, slurry walls, structures, water storage and surge tanks, and pumping plants. Mechanical Inspection (MI): Installation and repairs of mechanical equipment at hydroelectric powerplants including, turbine runners, wicket gates, linkage system, servomotors, headcovers, bottom ring, bearings and brackets; installation and repairs of pumping plants and water treatment facilities; high pressure gates; radial gates; large diameter pipe; valves; flow meters; non-destructive testing for cracks and inclusions; weld repairs. Electrical Inspection (EI): Installation and repairs of hydropower generation equipment including generator windings, excitation equipment removal and replacement, large capacity transformers, switchyards, and power transmission lines. Materials Engineering (ME): Materials Testing including gradation analysis testing of soils and aggregates; moisture content determination and gradation analysis testing of concrete aggregates; in-place densities of earth; laboratory maximum densities of earth materials; and determining properties of freshly batched concrete including slump, temperature, air content, and preparation and testing for compressive strength of concrete cylinder samples; testing of roller-compacted concrete for consistency and density using a vibrating table; processing, placement, and testing of zoned earth embankments; testing methods for concrete repairs; testing synthetic construction materials such as High Density Polyethylene (HDPE) pipe and geotextile fabrics; construction coatings and applications specification and testing including SPCC certification; and familiarity with the following publications: Earth Manual, Part 2, Third Edition, Material Engineering Branch, Research and Laboratory Services Division U.S. Department of the Interior, United States Bureau of Reclamation, Denver Office, 1990. Concrete Manual, Part 2, Ninth Edition, Material Engineering Branch, Research and Laboratory Services Division U.S. Department of the Interior, United States Bureau of Reclamation, Denver Office, 1992.SME - Grouting Construction Management Services (CMS): Construction cost estimating; specification writing in Construction Specifications Institute (CSI) format; drafting in AutoCAD format; construction schedules and analysis using Critical Path Method (CPM) under concepts and methods outlined in Association of General Contractors (AGC) Manual using computer software such as Primavera P6; construction contract administration including submittals, Requests for Information (RFI), progress payments, time impact analysis, analysis of claims, and contract modifications. Startup Commissioning of Electrical and Mechanical Systems (SC): Startup and commissioning process test procedures for mechanical and electrical equipment including hydropower generators, heating ventilation and air conditioning equipment (HVAC), large capacity transformers, switchyards, and power transmission lines; operational check-out; determining initial set points; measuring performance as compared to Owner's Project Requirements (OPR); evaluate performance deficiencies identified in test reports and, in collaboration with entity responsible for system and equipment installation, and recommend corrective actions. Specialized Construction Subject Matter Expert (SME): Subject Matter Experts with expert level experience for specialized construction methods. Examples include: Expert level knowledge of and experience with roller-compacted concrete (RCC), material development, aggregate processing, batch plant set-up and operations, material handling, placement methods, compaction, quality control, quality assurance, and acceptance for large RCC dams with hydraulic heights over 200 vertical feet. Extensive expert level experience with chemical and cement grouting work using a variety of chemical and cement grouting pumps and equipment to address a variety of issues such as repair of cracks, filling joints, and stopping water leaks. Knowledge of all varieties of grouts available for use and capable of determining the best grouts for each use based on each job condition. Most concrete repair methods will be typically associated with grouting operations. Extensive expert level experience with construction contract claim analysis, costing and time impacts; Federal Acquisition Regulations (FAR) as related to construction contracting; and interpretation of previous court cases as applied to current claims. INSTRUCTION FOR RFI SUBMISSION: After review of the attached documentation, interested parties may submit a response in an electronic format only via email to ramiconea@usbr.gov no later than 23 February 2015 2:00 pm MDT. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only. Respondents should include as part of their submission: a. A synopsis of the company's capabilities to provide qualified personnel to provide position description and classification support services (limit 5 pages) b. DUNS Number c. Company Name d. Company Address e. Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov f. Company point of contact, phone and email address. g. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any company proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one inch margins, and font no smaller than 12 point.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c988bea3db2d8a33e3ef6982f2dfa079)
 
Record
SN03630348-W 20150204/150202234436-c988bea3db2d8a33e3ef6982f2dfa079 (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.