Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
MODIFICATION

Z -- Dredging Services for the Bureau of Reclamation, Yuma Area Office, Yuma, AZ

Notice Date
10/31/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R1301SS
 
Response Due
11/15/2012
 
Archive Date
10/31/2013
 
Point of Contact
Crystal Mendoza Supervisory Contract Spec 9283438129 ;
 
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 modification is to extend the previously announced sources sought, R1301SS, to November 15, 2012 at 12:00pm, local time. This is a sources sought synopsis for acquisition planning purposes. No formal solicitation for this work exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors 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. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. Statement of Work (SOW): The Bureau of Reclamation (Reclamation) has a requirement for the performance of dredging services utilizing Government Furnished Equipment (GFE). The requirement will allow for the performance of maintenance dredging at the designated locations within the project footprint. Performance of the contract will include daily production activities on a Government provided 14 inch hydraulic suction cutter head dredge, a dredge tender (single engine, dual propeller), and single booster pump controlled remotely from the dredge control cabin. Offerors would provide daily transportation for the crew to the dredging site, crew supervision/training/oversight, and basic crew Personal Protective Equipment (PPE). The estimated amount of material that can be removed under the project is up to 5 million cubic yards of fine to course sand, silt, clay, and gravels. The project area includes the Colorado River areas in and between Squaw Lake (behind Imperial Dam) and the 4th Avenue Bridge in Yuma, Arizona (the area between river mile 30 and river mile 50 on the Colorado River). The area includes Squaw Lake (at Imperial Dam), the Laguna Settling Basin, Laguna Dam and the river channel and backwater areas downstream to the 4th Avenue Bridge. The Government will provide the following services and equipment: (1)Transportation of the dredge to and from the launch site on land, and launching the dredge into the water. Removal of the dredge from the water, if required. (2)All associated machinery and support equipment required to operate the dredge, dredge tender and booster pump including fuel, discharge pipelines, buoys, small watercraft and associated equipment. (3)All maintenance and engineering services above the level of operator daily Preventative Maintenance (PM). (4)All dredging permits, plans, and surveys. (5)Post dredge survey and project closeout activities, including demobilization of the dredge and associated support equipment from the project launch/recovery site. (6)The Contractor is not required to provide insurance to GFE. (7)The Government will provide fuel for all GFE issued to Contractor. The proposed contract will be a performance based, firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a performance period of up to five years. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 237990, Other Heavy and Civil Engineering Construction, with a corresponding small business size standard of $33.5 Million. Information Sought: 1.Capability Statements: 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.Other than 237990, if your company recommends a different NAICS code as more appropriate for the services described herein, please identify that code and include the rationale for your recommendation. 3.Contract Type: Firm-fixed price business arrangements are preferable to the Government. The Government anticipates a firm-fixed price business arrangement, based on the amount of sediment dredged from a particular project area as identified in the draft Statement of Work (SOW). Is there sufficient data to successfully firm-fix price this requirement in its entirety? If not, please identify those areas in which there is not sufficient data to firm-fix price. For those areas in which there is not sufficient data, please identify what, if any, additional data may be provided to firm-fix price those areas. 4.Period of Performance (POP): The Government is contemplating on a five-year IDIQ contract. Please address impact/concerns/benefits to both the Government and your company for a five-year contract. 5.Does your company regularly engage in the business of providing dredging services? Identify similar functions your company is performing or has performed within the last three years that are similar to the functions identified above. Identify contract type, the equipment used, and dollar value of the contract. 6.Does your company have key personnel with the education, skills and experience to manage and perform the requirements described in the drafted SOW? Describe the key personnel and summarize their experience and position responsibilities. 7.Is your company successfully performing same or similar contracts? Provide examples regarding how successful performance is being accomplished. (Examples or indicators of successful performance as measured by the percentage (%) of award fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports (CDRs); no deductions to contract price for defective services; no Cure/Show Cause Notices; or all Option Periods exercised. 8.What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would your organization minimize these risks? Please include your rationale. 9.Cost/Cost Break-Out: Indicate the labor force required to operate the GFE and perform these services. Indicate the wage for each worker and show the total cost to the Government for each cubic yard of sediment produced (The GFE has a calibrated production meter. Cost would be calculated on the production of sediment. Contractor billing would need to indicate meter readings for the billing period and the cost would be based upon those readings). 10.Payments: Are invoices processed monthly or quarterly? Interested parties shall not submit more than 10 single sided, type-written pages using 12-point type or larger. Published literature may be any number of pages. All responses to this sources sought notice shall be provided no later than 12:00PM November 15, 2012 to Crystal Mendoza, YAO-3100, 7301 Calle Agua Salada, Yuma, AZ 85364; or via e-mail to cmendoza@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/2ec39055937100a86787af57177c321a)
 
Record
SN02922144-W 20121102/121031234348-2ec39055937100a86787af57177c321a (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.