Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

Y -- Hoover Dam Visitor Center Escalator Cover

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R13PS30208
 
Response Due
6/28/2013
 
Archive Date
6/5/2014
 
Point of Contact
Kelli Adams Contract Specialist 7022938363 kadams@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 (Reclamation) has a requirement to design, fabricate, deliver, and install seven metal shade canopies over the Hoover Dam Visitor Center Escalator. Metal shade canopies shall be customized to fit the site each with a freestanding monopole-type design. Work is located in the vicinity of Hoover Dam and Powerplant, approximately 9 miles east of Boulder City, Nevada and 31 miles southeast of Las Vegas, Nevada (Clark County). The site is located adjacent to the highway bridge at the Hoover Dam Visitor Center on NV S.R.172 (old Hwy 93) in Clark County, Nevada. NV S.R. 172 passes through the site and is managed and maintained by the Nevada Department of Traffic (NDOT). The approximate elevation at the site ranges from 1,205 feet at the bottom of the escalator to 1,240 feet at the top of the escalator. The principal components of the work to be performed shall be to design, fabricate, deliver, and install (Turn-Key) multiple, custom, freestanding, durable, metal shade canopies including bolted steel base connections for the monopole. There is an existing water feature that runs parallel to and between the escalators which the monopoles shall be anchored to. The steel monopole shall be a welded rectangular metal tube support framing. Each monopole shall be anchored inside the water feature to a steel cross member which is anchored (bolted) inside both vertical sides of the water feature by the use of steel plates and expansion anchors. The bottom steel cross member should not touch the base of the water feature to allow for proper drainage. The monopole shall be designed to be removable. Excavation below the water feature is not anticipated. Installation at the site will take place after business hours (7 pm - 7 am) to avoid impacts to the visitors. Site must be cleaned after each shift to remove any debris, materials, and tools. A staging area approximately one (1) mile away from the work site will be provided for material storage. Direct access for vehicles or large equipment to the escalators is not available. The highway bridge (N.V. S.R. 172) approximately 70 feet from site must be used for any cranes or large equipment. As this is a state highway, traffic control will be required and is a contractor responsibility. Overhead powerlines are above the site; which will require proper grounding of equipment and other safety protocols. The anticipated duration of work is 6 months which includes the design, fabrication, delivery, and installation as well as the necessary time for Reclamation's review, coordination and comments on the required submittals. This requirement is being solicited as Full and Open Competition. North American Industry Classification (NAICS Code) is 238190 Other Foundation, Structure and Building Exterior Contractors. The Small Business Size Standard for this NAICS is $14.0 million. The magnitude of this construction project is estimated to be between $250,000.00 and $500,000.00. A formal solicitation package will be posted on Federal Business Opportunities (FBO) website at http://www.fedbizopps on or about June 28, 2013. Complete details on this requirement will be described in Solicitation No. R13PS30208 - Attachment 1 - Specifications. This acquisition is being conducted under FAR Part 15 Contracting by Negotiation. One award will be made using the Lowest Price Technically Acceptable (LPTA) Source Selection Process. Technical proposals will be required to be submitted approximately 30 days after the solicitation package posts on the FBO website. The proposals will be evaluated by a technical panel in accordance with the Evaluation Criteria found in the solicitation package. Award will be made to the responsible offeror submitting the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost/price factors. The following technical factors and acceptability standards shall be addressed by each offeror in their technical proposal; 1.Technical Approach 2.Structure Quality 3.Past Performance (doing the same work or similar work) Although technical merit is more important in the award evaluation process than price, all proposals will be evaluated for price reasonableness. Solicitation packages will only be available electronically through FBO. Once posted, the solicitation package will contain a complete description of the requirement and provide timeframes and instructions for how to prepare and submit a proposal. It is expected that Solicitation R13PS30208 will have Attachments. Please note that the FBO site has a direct link to The National Business Center (NBC) website at http://ideasec.nbc.gov. You will need to go to NBC to view and download all of the applicable documents. You may go directly to the NBC website and type the solicitation number in the quick search. The Solicitation and any subsequent amendments will be issued electronically through the FBO, in accordance with FAR Subpart 4.5 and 5.102(a)(1). Hard copies will not be provided by mail. As most public libraries have resources available to electronically access and download the Solicitation, the Government is under no obligation to provide hard copies or maintain a bidders list. It is the responsibility of all interested parties to periodically access FBO to check for and obtain any amendments which may be issued and to ensure that they have the most current information. Failure to obtain any said amendments and acknowledge or respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of your proposal. All offerors are required to have an active record in the System for Award Management (SAM) database to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov. Written questions may be submitted to Kelli Adams at kadams@usbr.gov. Only written questions will be accepted and addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/440e219763e9b09eae5defb075ddc96a)
 
Place of Performance
Address: Boulder City, NV
Zip Code: 890051240
 
Record
SN03080672-W 20130607/130606001328-440e219763e9b09eae5defb075ddc96a (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.