Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOURCES SOUGHT

Z -- Shasta Power Plant Penstock Painting

Notice Date
7/13/2006
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
06SS202059
 
Response Due
7/28/2006
 
Archive Date
7/13/2007
 
Small Business Set-Aside
N/A
 
Description
The Mid-Pacific Region of the Bureau of Reclamation is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to obtain feedback from industry regarding the general requirements for an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool to determine potential sources and interested parties in the intended procurement for the Shasta Power Plant Penstock Painting. If a solicitation is released it will be synopsized on http://ideasec.nbc.gov. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This procurement is being considered for 100 percent set-aside for HUBZone small business concerns; however, ALL interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. Therefore, replies are requested from all interested parties, regardless of business size or category. All interested parties are encouraged to respond to this not later than July 28, 2006 to Margaret Kirkpatrick, U.S. Dept. of the Interior, Bureau of Reclamation, Mid-Pacific Region, Acquisition Services, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, applies to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on Annual Representations and Certifications can be obtained via the Internet at http://www.orca.bpn.gov. Interested parties should submit a capabilities package not longer than 5 pages demonstrating the ability to perform the summaries of work listed below. Packages should include the following information: (1) Business name, address, CAGE code, size classification based on NAICS size standard, socioeconomic classification (e.g., HUBZone), and a point of contact, (2) a copy of the certificate issued by the SBA of your qualifications as a HUBZone small business concern, (3) a positive statement of your intention to submit an offer for this solicitation as a prime contractor and (4) evidence of your experience performing work similar in type and scope to include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers and past experience regarding the painting of power plant penstocks or similar type work described above within the past 3 years. In addition, include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. 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. Responsible sources having relevant experience may submit their statement of interest and capabilities via email to mkirkpatrick@mp.usbr.gov not later than 4:00 P.M. (local time), July 28, 2006. All work required for the Shasta Power Plant Penstock Painting is to be performed and completed within 1,000 calendar days from the date of issuance of the Notice to Proceed. The applicable North American Industry Classification System (NAICS) code is 237990 and the related small business size standard in millions of dollars is $28.5. However, the government reserves the right to changes the classification if deemed necessary. The estimated dollar magnitude of this project is anticipated to be between $1,000,000 and $5,000,000. This procurement will require 100% performance and payment bonds. It is anticipated that award of the work will occur in September 2006. The proposed summary of construction work includes the following actions: selective removal of damaged existing coatings and linings of the penstocks, surface preparation and application of new coatings and linings for the penstocks and removal and disposal of hazardous materials.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=179080)
 
Place of Performance
Address: Redding CA in Shasta County
Zip Code: 960198400
Country: US
 
Record
SN01088489-W 20060715/060713221305 (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.