Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOURCES SOUGHT

Z -- Columbia Canal Intake and Siphon

Notice Date
1/10/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R17PS00041
 
Archive Date
1/25/2017
 
Point of Contact
Matt Byrne, Phone: (916) 978-5126
 
E-Mail Address
mbyrne@usbr.gov
(mbyrne@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Columbia Canal Intake and Siphon Solicitation Number R17PS00041 This announcement is to Small Businesses, 8(a) Small Businesses, HUB Zone Small Business, Women Owned Small Businesses, Veteran Owned 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 the responses to this announcement, the Government may determine to set this acquisition aside for total small businesses, further restrict the set 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 $36.5 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 and $25,000,000. This procurement will require a Bid Bond and 100% performance and payment bonds. Reclamation intends to use FAR Part 15, Contracting by Negotiation, and Request for Proposal, for this procurement and will be using a Quality Predominance, Tradeoff Process, within the Best Value Continuum. High quality, technical proposals will be required and evaluated to ensure the best value to the Government. 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, 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 on projects similar in type and scope of work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and point of contracts with telephone numbers. Please do not include more than five past projects; d. Include attachments cataloging the company's equipment assets, personnel resources, and financial resources that demonstrate company responsibility and capability, or the ability to obtain, the necessary production, construction, and technical equipment and facilities required perform this contract. The work is located approximately 2.5 miles northeast of Mendota, CA in Madera County. The principal components of work are as follows: 1. Construction of a reinforced concrete intake structure involving trash racks, slide gates and various other mechanical and electrical features. The reinforced concrete intake structure will include 10 entrance bays that will supply water to 2 box culverts. 2. Construction of a reinforced concrete cast-in-place will be incorporated at the ends of the 2 box structures and extend over 1250 feet. The total concrete quantity exceeds 2500 cubic yards for intake and siphon features. 3. The construction work will require installation (permanent and temporary) sheet pile cofferdam and cutoffs walls. In addition to the sheet pile, a contractor designed dewatering and unwatering systems will be required. The importance of the dewatering is significant since it is necessary for acceptable construction means and methods for the inverted siphon and intake structure work. 4. Additional work involves significant excavation (in excess of 70,000 cubic yards) and placement of various compacted backfills (in excess of 65,000 cubic yards). As discussed above, this best value procurement will require the submittal of technical proposals. The Government will evaluate offerors at a minimum regarding the following factors but others factors may be included as well. The contractor and subcontractor's past performance for work of a similar nature; their past performance for performing similar work within schedule and budget in a teaming arrangement; and the planned means, methods and resources to accomplish the critical features of the work in an environmentally sensitive manner meeting all environmental commitments. System of Awards Management (SAM) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov. All interested parties are encouraged to respond to this notice, by email to mbyrne@usbr.gov not later than 10:00 AM, Pacific Time, on 1/24/2017. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53401368a21e8f4bfaedcd167bf267b1)
 
Place of Performance
Address: See description provided., United States
 
Record
SN04367363-W 20170112/170110233915-53401368a21e8f4bfaedcd167bf267b1 (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  © 1994-2020, Loren Data Corp.