Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2007 FBO #2169
SOURCES SOUGHT

Y -- Dike 5 Embankment Project

Notice Date
11/2/2007
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Room E-1807 Federal Building Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
08SI200030
 
Response Due
11/16/2007
 
Archive Date
11/1/2008
 
Point of Contact
Bettye Lou Mahoney Contract Specialist 9169785570 bmahoney@mp.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Bureau of Reclamation is issuing this announcement to identify potential certified HUBZone and/or 8(a) Small Business concerns who would be interested in performing work for the Dike 5 Embankment project located approximately 5 miles northeast of Folsom, California in Placer County. Place of performance will be at the US Bureau of Reclamation Central California Area Office at Folsom Dam. The principle components of the work include: constructing a temporary haul road from Dike 5 to the borrow area; constructing a temporary intersection with a traffic signal; constructing a temporary recreation trail detour through the Contractor Use Area; stripping to remove unsuitable material, topsoil, and riprap; excavating shell material to a 2H:1V slope; constructing toe drains, cleanouts, and a drain outfall; furnishing and placing filter material; placing shell fill and erosion protection material on the downstream face of the dam; furnishing and placing gravel surfacing on top of the dam; and constructing a permanent maintenance access road. Limitations: Haul routes are limited and may require extended travel time. Folsom Dam is a secured facility. Personnel and vehicles entering the compound will be required to comply with Reclamation security requirements. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard in dollars is $31.0. The estimated cost of this project is between $1,000,000.00 and $5,000,000.00. This procurement is being considered for 100 percent set-aside for HUBZone and/or 8(a) small business concerns; however, all interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone and/or 8(a) concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. This procurement will require 100% performance and payment bonds. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact. (b) A copy of the certificate issued by the SBA of your qualifications as a HUBZone and/or 8(a) small business concern. (c) A positive statement of your intention to submit an offer for this solicitation as a prime contractor. (d) Evidence of your Bonding capacity and (e) 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. 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. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply 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://orca.bpn.gov. All interested parties are encouraged to respond to this notice, by e-mail to bmahoney@mp.usbr.gov not later than the close of business on November 16, 2007.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=221641)
 
Place of Performance
Address: Folsom Dam, California
Zip Code: 956301799
Country: USA
 
Record
SN01445865-W 20071104/071102224156 (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.