Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOURCES SOUGHT

Y -- Battle Creek Salmon and Steelhead Restoration Project - Hydropower Facility Modifications - Stage 1 RECOVERY - This procurement is being funded via the American Recovery and Reinvestment Act of 2009 (ARRA).

Notice Date
1/15/2010
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
R10SY20R42
 
Response Due
1/21/2010
 
Archive Date
1/15/2011
 
Point of Contact
Bettye Lou Mahoney Contract Specialist 9169785570 bmahoney@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
Title: Battle Creek Salmon and Steelhead Restoration Project - Hydropower Facility Modifications - Stage 1PSC: Y299Place of Performance: Tehama County CASynopsis Number R10SS20R42Solicitation Number R10PS20R42 TAS::14 0681::TASARRA Project No. 14.000 RECOVERY - This procurement is being funded via the American Recovery and Reinvestment Act of 2009 (ARRA). This announcement is to 8(a); HUBZone Small Business and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a construction contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard is $33.5M. 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. The estimated cost of this project is between $10,000,000 and $25,000,000. 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/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work.(e) If bonding is required, also provide evidence of your bonding capacity; The place of performance is within 5 miles of Manton, in Tehama County, CA. It is anticipated that award of the work will occur in the June 2010. The performance period will extend through December 2011. All interested parties are encouraged to respond to this notice, by e-mail to bmahoney@usbr.gov not later than 5:00 PM on January 21, 2010. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. The principal components of the work to be performed include: Construction of a direct connection from the Inskip Powerhouse tailrace to the Coleman Canal including 700 feet of 84-inch diameter, buried, concrete pressure pipe; cast-in-place concrete intake connector structures; blocking panel and slide gate at the existing powerhouse outlet structure; and related site work, diversion works, metalwork, and mechanical and electrical equipment. Construction of a new Inskip Powerhouse penstock bypass to the Coleman Canal including 3,700 feet of 66-inch-diameter, buried, concrete pressure pipe; 300 feet of 72-inch-diameter, buried, concrete pressure pipe; cast-in-place concrete intake structure and three reinforced concrete energy dissipater structures; 700-foot-long cast-in-place concrete chute; relocation of an existing fish hatchery water supply line that crosses the chute; and related site work, diversion works, metalwork, and mechanical and electrical equipment. Closure of the existing Inskip Canal Wasteway with a metal flashboard structure. Partial closure of the canal intake at Coleman Diversion Dam on the South Fork of Battle Creek with precast concrete block units. Roadway construction and fencing related to establishing permanent site access to the new tailrace connector and penstock bypass. The above components of work require heavy civil work elements to be performed during in-water work periods and outages on hydroelectric facilities. The work must be performed within critical contract milestones and some facilities have limited or no site access by vehicle. The solicitation will require these additional contractor requirements:1. Licensed contractor in good standing in the State of California.2. Increased liability insurance requirements from that normally used in Reclamation solicitations.3. The procurement will require 100% performance and payment bonds. 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://orca.bpn.gov. Please be advised that the Awardee will be subject to Section 1512(c) of the Recovery Act, which requires that each contractor report on its Recovery Act funds under the awarded contract. These reports will be made available to the public.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01c30e3a7f4840f19ef623360f6941c1)
 
Place of Performance
Address: Within 5 miles of Manton, in Tehama County, CA
Zip Code: 96059
 
Record
SN02043698-W 20100117/100115235643-01c30e3a7f4840f19ef623360f6941c1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.