Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOURCES SOUGHT

Y -- Sources Sought: Lake Roosevelt Log Booms, Columbia Basin Project, Washington

Notice Date
5/4/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Bureau of Reclamation PNRO1150 N. Curtis RdSTE 100BoiseID83706USA
 
ZIP Code
00000
 
Solicitation Number
R15PS00350
 
Response Due
5/19/2015
 
Archive Date
6/18/2015
 
Point of Contact
Michael Stanard
 
E-Mail Address
Michael Stanard
(mstanard@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice for potential offerors or bidders to support the U.S. Bureau of Reclamation located at Grand Coulee, Washington. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for any costs associated with preparation of their responses. The U.S. Bureau of Reclamation (USBR), Pacific Northwest Regional Office is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms who are certified Small Business prime construction contractors. NO SOLICITATION IS CURRENTLY AVAILABLE. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. PROJECT DESCRIPTION: This project will be a Firm-Fixed Price construction contract. The principal components of the work to be performed under these specifications include preparing logs to be used in a log boom, preforming/obtaining a geotechnical investigation at each anchor site to verify the selection of anchor model, installing anchors upon the shore to hold the log boom in place, providing and installing steel buoys, placing concrete blocks to be used as intermediate anchors at each buoy location, mounting USCG approved lights on the buoys, and installing the log boom system. Due to the lack of access to project sites by land and restrictions on soil disturbances, the work is expected to be completed from a barge. Work is located at two separate locations on Franklin D. Roosevelt Lake; Moonbeam Bay and Redford Canyon in Ferry County, Washington. Moonbeam Bay is located approximately 15 river miles upstream of Grand Coulee, Washington and Redford Canyon is located approximately 24 river miles upstream of Grand Coulee, Washington. The purpose of the barrier systems is to reduce disturbance to sensitive resources caused by wave action and recreational visitors. A waterway barrier will also restrict boat traffic and deter on-shore activities. Installing a restrictive waterway barrier aims to protect the shorelines in these two areas from further degradation. SMALL BUSINESS CERTIFICATION WITH THE SMALL BUSINESS ADMINISTRATION (SBA): The Government is only interested in responses from small businesses that are capable of executing this potential contract as a prime contractor. Please identify your federally designated small business category or categories. The North American Industry Classification System (NAICS) is 237990, Small Business Standard Size $36.5M and the anticipated magnitude of this project in accordance with FAR Part 36.204(e) is $100,000 and $250,000. The Performance period is anticipated to last approximately 60 to 90 days. Contractors will be expected perform a minimum of 15% of the work with its own employees (FAR 52.219-14, Limitations on Subcontracting). Responses to this notice will be used by the Government to make the appropriate acquisition decision. Contractor must be registered in System for Award Management (SAM.gov) (see internet site: http://www.sam.gov) RESPONSES TO THIS NOTICE: All interested and qualified firms responding to this sources sought notice are required to provide the following information: 1. Business Name, physical/mailing address, phone, point of contact, email and website if applicable; 2. CAGE Code & DUNS Number; 3. A list of similar construction projects within the last five (5) years (at least three (3) descriptions) 4. Your firms bonding capacity per contract/action; 5. The list of relevant contracts/projects shall include the location, contract number, description, and estimated yearly value, performance dates and Government point(s) of contact (contracting officer and QAE/inspector) with phone and fax numbers. 6. Any or all Small Business Classifications (Tell us if you are certified with the SBA under a socio economic program such as, but, not limited to 8(a) Program, SDVOSB, VOSB, HUBZone, small disadvantaged, and or WOSB; 7. Firm's Capability Statement: The Capability Statements shall be no more than 5-pages in length. Interested parties and potential bidders or offerors can e-mail their capabilities and relevant history to Michael Stanard at mstanard@usbr.gov, no later than 2:00 p.m. Mountain Time, Tuesday, May 19, 2015. Facsimiles will not be accepted. Oral communications ARE NOT acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1bea5eeeeb64bb9029d30736ebb7fa9)
 
Place of Performance
Address: Grand Coulee Power OfficeHwy 155P.O. Box 620Grand CouleeWA99133USA
Zip Code: 99133
 
Record
SN03718700-W 20150506/150504234406-e1bea5eeeeb64bb9029d30736ebb7fa9 (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.