Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

Z -- SHADEHILL DAM SPILLWAY STILLING BASIN CONCRETE REPAIRS/OVERLAY

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Bureau of Reclamation Great Plains Region Regional Office PO Box 36900 Billings MT 59107 US
 
ZIP Code
00000
 
Solicitation Number
R17PS00430
 
Point of Contact
Dillon, Darlene
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Interior, Bureau of Reclamation, Great Plains Regional Office, intends to post a Request for Proposal (RFP) on or around March 16, 2017. Solicitation No. R17PS00430, inclusive of all specifications and drawings, will be available for viewing through electronic commerce at https://www.fbo.gov and https://www.fedconnect.net. Any subsequent amendments and/or notices will be available to contractors on FedBizOpps and FedConnect. All responsible small business concerns may submit a proposal, which will be considered by the Bureau of Reclamation. The place of performance is at the Bureau of Reclamation ¿s Shadehill Dam, which is located approximately twelve (12) miles south and three (3) miles west of Lemmon, South Dakota, in Perkins County. The work under this acquisition is for the repair of concrete to the stilling basin (concrete) floor. The principal components of construction work include the following: 1) Construct a temporary cofferdam in the Grand River below Shadehill Dam. Unwater and remove fish from the area between cofferdam and the stilling basin Sta. 7+94.00. Maintain unwatered area to perform concrete repair work in the dry. 2) Prepare surface of existing concrete stilling basin between Sta. 7+94 and 8+62 for new concrete overlay. 3) Partial demolition of seven existing concrete chute blocks at Sta. 8+02. 4) Partial demolition of six existing concrete floor blocks at Sta. 8+34. 5) Construct new reinforced silica-fume concrete stilling basin floor overlay. 6) Construct new reinforced silica-fume concrete chute and floor block overlays. 7) Remove temporary cofferdam at the conclusion of work. The estimated price range is between $250,000 and $500,000. The set aside is anticipated to be Total Small Business. The North American Industry Classification System (NAICS) Code is 237990: The associated Small Business Size Standard is $36.5 Million. The technical factors to be evaluated are as follows: (1) Technical Plan for Construction, (2) Experience, (3) Past Performance, and (4) Safety. The successful contractor will be required to commence work within ten (10) calendar days after the date the Contractor receives the Notice to Proceed, and complete the entire work, ready for use, within 150 calendar days. Submission and approval of submittals, actual construction work, and final cleanup of the premises are required within the period of performance. The close for acceptance of Proposals, inclusive of price, will be due approximately 30 calendar days from the date the solicitation has been posted to FedBizOpps and FedConnect. The anticipated award will be made to the small business offeror who submits a proposal, which conforms to the solicitation; is most advantageous to the Government, considering evaluation of non-cost and cost factors; and, has a favorable responsibility determination. The mailing address to send proposals is as follows: The Department of the Interior, Bureau of Reclamation, Great Plains Regional Office, 2021 4th Avenue North, Billings, Montana. SAM: Effective July 29, 2012, contractors interested in doing business with the federal government must register in the System for Award Management (SAM) database prior to award of a contract or agreement. SAM is a federal government owned and operated free website, which consolidated the Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). The DUN and Bradstreet number and banking information of interested contractors are required for registration in SAM. Contractors may obtain information concerning registration and annual confirmation requirements at the System for Award Management (SAM) website at www.SAM.GOV or by calling 1-866-606-8220. IPP: Payment requests for the anticipated contract must be submitted electronically through the U.S. Department of the Treasury ¿s Internet Payment Platform System (IPP). If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with their proposal. Contractor assistance with enrollment can be obtained by contacting the IPP production helpdesk via e-mail ippgroup@bos.frb.org or by telephone at (866) 973-3131. For additional information, interested offerors may contact Contract Specialist Darlene Dillon at email address ddillon@usbr.gov, or at telephone number (406) 247-7820.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/099a18694295fdfb73636cc59f1ffc6c)
 
Record
SN04405157-W 20170218/170216234529-099a18694295fdfb73636cc59f1ffc6c (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.