Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOURCES SOUGHT

Y -- Bear Creek Pumping Plant and Pipeline

Notice Date
5/19/2005
 
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
05SS0001
 
Response Due
5/31/2005
 
Archive Date
5/19/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Bureau of Reclamation is issuing this announcement to identify potential certified HUBZone small business concerns who would be interested in performing the following construction work at approximately 12 miles east of Gustine, California in Merced County: (A) Site Construction: (1) Selective demolition to remove existing structures and pipe. (2) Clearing and grubbing work areas of vegetation and rubbish. (3) Stripping topsoil from work areas. (4) Removing water from materials to be excavated and work areas and controlling water to prevent flow of water into excavations and work areas. (5) Excavating earth materials for construction of structures, pipeline, stilling wells, channels, roads, and low water crossings. (6) Placing and compacting backfill to refill excavations. (7) Furnishing, placing, and compacting aggregate for pipe and discharge manifold embedment. (8) Placing and compacting embankments for yards and roads. (9) Furnishings and placing controlled low strength material (CLSM) for bedding pipe and discharge manifold. (10) Furnishing and installing geotextile under riprap and coarse gravel protection. (11) Furnishing and placing rock riprap and coarse gravel for slope protection. (12) Furnishing and laying high-density polyethylene (HDPE) pressure pipe for pipeline. (13) Furnishing and installing corrugated metal pipe culvert. (14) Furnishing, placing, and compacting aggregate base course on roads. (15) Furnishing, placing, and compacting gravel surfacing on yards and roads. (16) Furnishing and erecting chain link fence around yards. (17) Placing topsoil on site areas. (B) Concrete: Constructing reinforced cast-in-place concrete for intake structure, pumping plant structure, discharge manifold encasements, surge tank foundation, flowmeter structure, regulating tank foundation, equipment enclosure foundation, overflow outlet structure, valve vaults, electrical pullboxes, and luminaire foundations. (C) Metals: (1) Furnishing and installing fabricated metalwork for frames, gratings, covers, guardrails, ladders, and other metal items. (2) Furnishing and installing steel pipe for pumping plant discharge manifold and pipeline field deliveries. (D) Doors: Furnishing and installing metal floor access hatches. (E) Equipment: (1) Furnishing and installing vertical turbine pumps with vertical induction motors. (2) Furnishing and installing various types of valves and related equipment. (3) Furnishing and installing trashrack in intake structure for pumping plant. (4) Furnishing and installing cast-iron self-contained hydraulically-operated slide gate and controls in intake structure for pumping plant. (5) Furnishing and installing diffusers in pumping plant intake. (F) Special Construction: (1) Furnishing and installing cathodic protection systems. (2) Designing, furnishing, and installing metal sunshade with metal panel roof. (3) Furnishing and installing steel regulating and surge tanks. (4) Furnishing and installing single mode 12-fiber fiber optic cable system. (5) Furnishing and installing control and depth monitoring equipment in pumping plant sump and regulating tank. (6) Furnishing and installing a probe magnetic flowmeter. (7) Furnishing and installing control and monitoring system. (G) Electrical: (1) Furnishing and installing 15-kV power cable system from unit substation to utility power pole in 4-inch PVC-coated rigid steel conduit. (2) Furnishing and installing 15-kV outdoor unit substation. (3) Furnishing and installing 480 volt motor control center. (4) Furnishing and installing conduit, power and control conductors, and grounding conductors to complete electrical installation. (5) Furnishing and installing exterior lighting systems. (6) Furnishing and installing miscellaneous equipment and items to complete electrical installations. All work required to be performed and completed within 440 calendar days from the date of issuance of the Notice to Proceed. The applicable North American Industry Classification System (NAICS) Code is 237110 and the related small business size standard in dollars in $28.5. The estimated Construction Cost Range of this project is between $5,000,000.00 and $10,000,000.00. 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 a point of contact. (b) A copy of the certificate issued by the SBA of your qualifications as a HUB-Zone small business concern. (c) A positive statement of your intention to submit an offer for this solicitation as a prime contractor and (d) 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 resource and financial resources that demonstrate company responsibility and capability to perform the 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. 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 notice electronically via email at mcastaneda@mp.usbr.gov or on company letter head not later than 31 May 2005 to Maria E. Castaneda, U.S. Dept. of the Interior, Bureau of Reclamation, Mid-Pacific Region, Acquisition Services, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898. 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://www.orca.bpn.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=141047)
 
Place of Performance
Address: approximately 12 miles east of Gustine, California in Merced County
Zip Code: 95322
Country: U.S.A.
 
Record
SN00811281-W 20050521/050519212335 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.