Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

70 -- Notice of Intent to Negotiate on a Sole Source Basis

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, D-7810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
05SP811132
 
Response Due
7/22/2005
 
Archive Date
7/13/2006
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation intends to negotiate on a sole source basis with OneRain, Inc., 1531 Skyway Drive, Longmont, CO 80504 to acquire various task orders in support of ensuring the safety of dams for the Bureau of Indian Affairs' (BIA) responsibility for ensuring safety for its dams . The proposed action is for supplies/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). The reason justifying this sole source procurement is: Government believes that only one responsible source can provide the supplies/services that will satisfy the agency requirements. The Contractor shall furnish all project management, labor, materials, facilities, equipment, transportation, hardware, and software support to properly operate and maintain an EWS site (Early Warning Systems). Each task order will specify the site and pertinent work required. The BOR will require a wide range of services, that include but are not limited to, the following- Provide and install all sensors necessary to measure meteorological and hydrological parameters used in an EWS using the commercial satellite transmission method. This may include the sensors needed to measure reservoir and stream level, air temperature, precipitation, relative humidity, barometric pressure, wind speed and direction, intrusion, float switches, etc. Properly maintain an EWS site and install, maintain, and repair a siren site used to support an EWS; install, maintain, and repair a remote camera site used to support an EWS. These sites can transmit via satellite, hardline cable, wireless link, internet, or other options as technology advances. Provide all labor, equipment, parts, software, programming, and expertise needed to install, maintain, and repair a remotely operated gate or other similar barrier. This would include any gate opening actuators, SCADA radio/satellite telemetry hardware and software, and installation. Integration with existing systems may be required. National Monitoring Center Support. Provide all software programming and other support necessary to keep the EWS National Monitoring Center fully functional. This may include software programming, hardware support and replacement, technology upgrades, monthly data throughput, website design, modifications which may include work on a 3-tiered map architecture, work to implement a parallel navigation scheme (cascading menus), work to stub-out hooks for warning and site maintenance information. Any firm that believes it can furnish the items described above are encouraged to give written notification to the Contracting Officer. Supporting evidence must be furnished, in sufficient detail to demonstrate the ability to comply with the above requirements. All responses received within 9 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted by Fax at (303) 445-6345, Attention: Chau Nguyen. Responses should include the firm's business size [e.g. small business, other than small business] in accordance with the size standard: 500 employees for North American Industry Classification System (NAICS) Code 541710.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142581&objId=97355)
 
Place of Performance
Address: Various places throughout the United States
Zip Code: 80225
Country: US
 
Record
SN00846485-W 20050715/050713212511 (fbodaily.com)
 
Source
FedBizOpps.gov 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.