Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
SOURCES SOUGHT

28 -- Design, Model Testing, and Furnishing of three hydraulic turbines at the Folsom Power Plant.

Notice Date
11/19/2007
 
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
08PS200039
 
Response Due
11/30/2007
 
Archive Date
11/18/2008
 
Point of Contact
Brenda Davis Contract Specialist 9169785143 bdavis@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)
 
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 design, model test, and furnishing of three (3) replacement runners at the Folsom Power Plant, in Sacramento County, California. If a solicitation is released it will be synopsized and posted at 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. Furthermore, 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 synopsis not later than November 30, 2007, 2:00 PM PST. Please submit all requested documentation listed below to Brenda Davis via email: bdavis@mp.usbr.gov. Interested parties should submit a capabilities package not longer than 5 pages demonstrating the ability to perform the principal components of work listed below. Packages should include the following information: (1) Business name, address, Dun and Bradstreet number (DUNS), 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 certified HUBZone small business concern, (3) a positive statement of your intention to submit an offer for this requirement 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 work similar to the type of work described below within the past 3 years. In addition, Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1201, 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. Also, please include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work. Responsible sources having relevant experience and the capabilities to perform the work will be considered. The principal components of work are as follows: (1) Design, Model Testing, and Furnishing of three (3) hydraulic turbines. All work is located at the Folsom Power Plant. The applicable North American Industry Classification System (NAICS) code is 333611 and the related small business size standard is 500 employees. However, the government reserves the right to change the classification if deemed necessary. It is anticipated that award of the contract will occur in late May/early June 2008.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=222763)
 
Place of Performance
Address: Folsom, CA
Zip Code: 95630
Country: USA
 
Record
SN01455016-W 20071121/071119225650 (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.