Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOURCES SOUGHT

Z -- Facilities Maintenance Services, Davis, Parker, Headgate Rock Dams

Notice Date
2/28/2011
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office 500 Fir Street Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
R11PS30207
 
Response Due
3/18/2011
 
Archive Date
2/28/2012
 
Point of Contact
Beth A. Murray Contract Specialist 7022938581 bmurray@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
This is a sources sought synopsis for acquisition planning purposes. No formal solicitation for this work exists at this time. All eligible and qualified concerns may submit capability statements for consideration. (Note: Qualified and eligible 8-A contractors are encouraged to submit capability packages on this acquisition). Capability statements received will be reviewed to determine the quantity and availability of contractors who have the technical level of expertise, administrative and management capability to perform the effort described below. The capability statement received will be used to determine the Bureau of Reclamation's overall procurement strategy. The Bureau of Reclamation, Lower Colorado Region has an ongoing requirement for the occasional use of maintenance services to assist in the scheduled and emergency facility maintenance repair and rehabilitation services and minor improvements Work may be required at Davis Dam which spans the Colorado River between Arizona and Nevada near Laughlin, Nevada; and/or Parker Dam on the California-Arizona border, and including each facility's infrastructure such as penstock gate structure, penstock tunnels, powerplant building, powerplant office's, and maintenance yard. Work under this contract is not intended for repair or rehabilitation of major mission systems such as turbines, generators, main transformers or high-energy switching and transmission systems and associated hydraulic and hydro mechanical works. The Contractor shall furnish all materials, equipment, supplies, services, personnel and all other resources to perform the following services: (1)Plumbing services for water and wastewater related systems including fixtures; (2)Electrical system services for plant/facility internal services low and high voltage systems maintenance and repair; (3)Carpentry and masonry services to structure and features; (4)Surface finishes service including repair and rehabilitation of sheathing and enclosures, painting, and protective coatings; (5)Roofing services; (6) Mechanical system services for building cooling, heating, and related intake conditioning, distribution and exhaust components; (7)Grounds rehabilitations and maintenance for general facility grounds features (landscape, trees etc.); (8)Surface pavement services, for repair and minor replacement of vehicular and pedestrian traffic ways including directly-associated drainage, earthwork, and other supporting utility features (lighting, signage etc. Performance is anticipated to begin immediately upon contract award and run for a 5 year period through 2016. It is Reclamation's intent to make two or more indefinite quantity/indefinite delivery type contracts. The resulting contracts will be firm fixed price, except that certain services may be authorized on a time-and-materials and "not to exceed" basis in response to emergency situations. Once awards are in place, as requirements occur, the requirement will be competed amongst the award holders. Source election criteria may be used. Statements of Work (SOW) will be made available for each order to be place against this contract. The estimated magnitude of each task order is $3,000 to $100,000 with a total contract value estimated between $1,000,000 - $3,000,000. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Codes 238190, 238290, 238390 and 238990 Construction, size standard of $12.0M. Capability statements are to be submitted not later than March 18, 2011. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, business size and type (8)(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc., and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of actual jobs completed within the past five years in which your firm completed similar work. Additionally, for each job listed provide the following: a brief description of the work performed, project title, dollar value of the job, the company name, location, and the customer's contact name and phone number for the work completed. Capability statements shall not exceed five pages in length. All responses to this sources sought notice shall be provided to Beth A. Murray, Contract Specialist, Attention: Mail Code: LC-10216, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail to: bmurray@usbr.gov When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d9ffc720aa18bdc64d25e5f652a120a)
 
Place of Performance
Address: Davis Dam, Parker Dam, Headgate Rock Dam
Zip Code: 89005
 
Record
SN02388786-W 20110302/110228233959-6d9ffc720aa18bdc64d25e5f652a120a (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.