Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

Y -- MODE Diversion Structure Replacement

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
SSN12192017
 
Point of Contact
Virginia Toldeo, Phone: (928) 343-8136, Myra Cordero, Phone: (928) 343-8134
 
E-Mail Address
vtoledo@usbr.gov, mcordero@usbr.gov
(vtoledo@usbr.gov, mcordero@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is solely for information and planning purposes and does not constitute a Request for Proposals (RFP) or a promise to issue an RFP in the future. No formal solicitation for this work exists at this time. All qualified Contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted. We encourage all Small Business' to respond. The Government will not award a contract based upon Contractor responses to this announcement. The Government does not intend to award a contract and will not pay for any information or administrative costs incurred in response to this notice. The Bureau of Reclamation, Lower Colorado Region, Yuma Area Office has a requirement for the a contractor to provide all labor, equipment, material, supervision, etc., for work on the Main Outlet Drain Extension (MODE) Diversion Structure Replacement Project. The project work is located in the South Gila adjacent to the Colorado River, approximately 3 miles east of Yuma, Arizona, in Yuma County. The principle components of work for this project include the construction of a temporary by-pass of the MODE flows around the construction area, excavation and dewatering of the construction, installation of earthen cofferdams, installation of government furnished 60-inch polypropylene for the temporary by-pass of MODE flows. Work will also include the demolition and legal disposal of the existing reinforced concrete diversion structure, baffled structure, drop structure, and outlet transition; and the removal and legal disposal of existing reinforced concrete pipe of varying diameter, removal of slide gates, discharge manifold piping (steel) slide gates, and miscellaneous metals. Contractor is provide all the labor, material, equipment, and incidentals necessary for the construction of the reinforced concrete diversion structure, pipe connection well and two associated concrete outlet transition structures and associated features. Furnish and install large diameter reinforced concrete pipe, metal slide gates, steel discharge manifold piping, miscellaneous metal work and gratings, electrical work, and all earthwork associated with the realignment of the existing levees, the associated maintenance road driving surface, placement of the levee armoring per the associated plans and specifications. Submission Requirements for Responses to this Source Sought Notice: Interested contractors, at the minimum, shall provide relevant, recent references to include Customer/Company name, brief description of project, and the dollar value of the project; and which demonstrate the following: Experience within the last five (5) years in the following five areas: (1) heavy civil construction work; (2) structural concrete; (3) construction dewatering; (4) reinforced concrete pipe installation; and (5) construction demolition. Interested contractors shall also submit evidence of bonding capacity in excess of $5,000,000.00 under 52.228-15 -- Performance and Payment Bonds -- Construction; and an estimated lead time (schedule) for completion of the work based on similar projects including any required mechanical and electrical work associated water control structures. The Capability Statement for this sources sought notice is not expected to be a response to an RFP, nor does it restrict the Government to an ultimate acquisition approach. Interested parties should include the following information in their Capability Statement, a Cover Page response: (a) Company name, address, Point of Contact name, email address and Data Universal Numbering System (DUNS); (b) Small Business size classification based on NAICS Code for Water and Sewer Line and Related Structures Construction, 237110 and associated size standard of $36.5 Million, the socioeconomic classification (e.g. 8(a), HubZone, Veteran Owned, Woman Owned, etc.); (c) Information which demonstrates your business has the capability and resources to perform the work described herein. (d) A positive statement of your intention to submit a response/proposal for this requirement as a prime contractor. (The Cover Page information does not count toward the 10 page, 5 double-sided page count). The Capability Statement shall contain references (as listed above), evidence of bonding capacity in excess of $5,000,000; and estimated lead time (schedule) for completion of the work based on similar projects including any required manufacturing time. For each of the reference also include: Customer/Company name, brief description of project, and the dollar value of the project. Responses are limited to 10 page, 5 double-sided page count, pages in excess will not be considered. Submit a capability statement on or before Jan 5, 2018, 6:00 PM EDT via email to Myra Cordero, Contract Specialist, at mcordero@usbr.gov. The information provided in this announcement is the only information the Government has available at this time. There is no RFP package or source lists available. Questions concerning the sources sought should reference number 2018SS-MODE Diversion Structure Replacement and be directed to Myra Cordero by email at mcordero@usbr.gov or Virginia Toledo by email at vtoledo@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/861313f6a0544fcccb0b097c0449f2dc)
 
Place of Performance
Address: Yuma, AZ, Yuma, Arizona, 85364, United States
Zip Code: 85364
 
Record
SN04771252-W 20171221/171219231442-861313f6a0544fcccb0b097c0449f2dc (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.