Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2019 FBO #6307
SOURCES SOUGHT

Z -- Paonia Outlet Works

Notice Date
2/27/2019
 
Notice Type
Synopsis
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Bureau of Reclamation<br />Upper Colorado Region<br />Regional Office<br />125 South State Street, Room 8100<br />Salt Lake City<br />UT<br />84138<br />US<br />
 
ZIP Code
84138
 
Solicitation Number
140R4019R0011
 
Response Due
3/14/2019
 
Archive Date
4/14/2019
 
Point of Contact
Stanard, Michael
 
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 Paonia Dam, Colorado in Gunnison County. 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), Upper Colorado 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 for constructing modifying the Paonia Dam outlet works. The project is scheduled begin November 1, 2019 after irrigation season is over to avoid impacting water users. The work will continue until March 01, 2020 when irrigation season begins once again. The second year ¿s work will once again begin November 1 after the 2020 irrigation season is over. The work will be substantially complete by March 1, 2021. The principal components of the work to be performed under these specifications include the following: 1) Removal of existing reinforced concrete splitter wall and section of tunnel floor in outlet works tunnel downstream of the gate chamber by hydrodemolition. 2) Installation of new reinforced concrete platform, splitter wall, and section of tunnel floor in the outlet works tunnel downstream of the gate chamber. 3) Removal of downstream reinforced concrete gate chamber wall by hydrodemolition. 4) Fabricate and install an aluminum tunnel barrier for the gate chamber. 5) Remove, survey and reinstall two existing 2-foot 9-inch by 2-foot 9-inch high pressure gates to provide details for fabrication of new gates. 6) Remove and replace existing trashracks from the sides of the intake structure to facilitate installation and removal of two-piece bulkhead. Removal and installation will require diving and underwater work. 7) Furnish and install one new fabricated two-piece bulkhead in intake structure to facilitate construction. Remove bulkhead, prepare for storage, and deliver to the Government. Installation and removal will require diving and underwater work. Dive depths will range between 20 feet for installation to 90 feet for removal. 8) Furnish and install four new fabricated 2-foot 9-inch by 2-foot 9-inch high pressure gates. 9) Remove existing aluminum trashrack members of top of the intake structure. Furnish and install one new steel trashrack and bracing frame over the top of the intake structure. Removal and installation will require diving and underwater work. 10) Repair damaged areas of concrete in outlet works tunnel upstream of outlet works gate chamber. 11) Furnish and install new air trap, 16-inch and 12-inch stainless steel air relief piping, and valves in upstream outlet works tunnel and gate chamber 12) Remove specified metalwork in the gate chamber and access shaft that includes, but is not limited to, ladders, ladder supports, platforms, platform supports, 12-inch steel ventilation pipe, 4-inch steel stand pipe, and pipe supports and hangers. 13) Design, furnish, and install fabricated metalwork in the gate chamber and access shaft that includes, but is not limited to, ladders, ladder supports, platforms, and platform supports. 14) Furnish and install PVC pipe, transition couplings, supports, and hangers for air vent pipe and reservoir level gage well stand pipe in the gate chamber and access shaft. Work is located at Paonia Dam which is approximately 16 miles northeast of Paonia, CO and 26 miles south of Redstone, CO via highway CO-133. The crest of Paonia Dam is El. 6440. SMALL BUSINESS CERTIFICATION WITH THE SMALL BUSINESS ADMINISTRATION (SBA): The Government is only interested in responses from small businesses that can execute this potential contract as a prime contractor. Please identify your federally designated small business category or categories. The North American Industry Classification System (NAICS) for this project is 237990, Small Business Standard Size $36.5M and the anticipated magnitude of this project in accordance with FAR Part 36.204(e) is between $5,000,000 and $10,000,000. All interested parties should verify that they fall under the NAICS code as a Small Business prior to submission. The Performance period is anticipated to last approximately 486 days or on or before March 1, 2021. Contractors will be expected to 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). The government will evaluate market information to ascertain potential market capacity. Based on the responses to this Sources Sought Notice/Market Research, this requirement may be set-aside for small businesses or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. RESPONSE TO THIS NOTICE INSTRUCTIONS: 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) *Note: The list of relevant contracts/projects shall include the location, contract number, description, and estimated yearly value, and performance dates; 4. Your firms bonding capacity per contract/action; 5. 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; 6. Firm's Capability Statement: The Capability Statements shall be no more than 5-pages in length. Please address the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; 7. If significant subcontracting or teaming is anticipated to deliver technical capability, firms should address the administrative and management structure of such arrangements. RESPONSES DUE: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice no later than 2:00 p.m. Mountain Time, Thursday, March 14, 2019. All responses under this Sources Sought Notice must be emailed to Michael Stanard at mstanard@usbr.gov. Facsimiles will not be accepted. Oral communications ARE NOT acceptable in response to this notice. If you have any questions concerning this opportunity, please contact: Michael Stanard at mstanard@usbr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/7941bae533fa8a2ce895c009f4c2e78a)
 
Record
SN05234527-F 20190301/190227230020 (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.