Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

C -- Engineering and technical services for the Battle Creek Salmon and Steelhead Restoration Project.

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
80225
 
Solicitation Number
07SP200160
 
Response Due
5/25/2007
 
Archive Date
5/15/2008
 
Point of Contact
Rebecca McFarland Contract Specialist 9169785540 rmcfarland@mp.usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation intends to negotiate on a sole source basis with the State of California, Department of Water Resources (DWR) for required engineering and technical services; as DWR is the designer of record for the fish screen and ladder facilities located at the Inskip Diversion Dam, the North Battle Creek Feeder Diversion Dam and the Eagle Canyon Canal Diversion Dam project sites. Engineering and technical services are required during the pre-award, construction and post construction phases of the construction contracts for the Battle Creek Salmon and Steelhead Restoration Project. The engineering and technical services consist of, but are not limited to the following activities: 1) Pre-award (preparation of amendments, revisions to drawings, and prepare final design report and designer operating criteria), 2) Construction (review technical submittals, foundation review and acceptance, revisions to drawings for contract modifications, and support to Construction Management staff for various tasks), 3) Post construction (final revisions for as-built drawings and support during testing and acceptance of work). Justification for Other Than Full and Open Competition has been prepared in support of this acquisition. Firms believing they can provide these supplies or services above must provide written notification to the Contracting Officer with supporting evidence to that effect in sufficient detail to demonstrate the respondent's ability to meet the stated requirements. The notice is not a request for competitive proposals. All responses received within 5 calendar days of the date of publication of this notice 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. Responses should be e-mailed to the Government point of contact for this acquisition. Responses should include the firm's Dun and Bradstreet number (DUNS) and Tax Identification Number (TIN). Firms should identify business size (i.e. small business, other than small business, etc.) in accordance with the size standard for NAICS Code 541330 which is $4.5 Million. This notice may represent the only official notice of such a solicitation. The solicitation will be for one base year and two option years. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.fbo.gov/spg/DOI/BR/BR/07SP200160/listing.html)
 
Place of Performance
Address: Sacramento, California
Zip Code: 94236
Country: USA
 
Record
SN01295747-F 20070518/070516221805 (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.