SOURCES SOUGHT
Z -- Mormon Island Auxiliary Dam (MIAD) Overlay
- Notice Date
- 12/11/2012
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1905 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- R13PS20073
- Response Due
- 1/10/2013
- Archive Date
- 12/11/2013
- Point of Contact
- Rosana Yousef Goarji Contract Specialist 9169785004 ryousefgoarji@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
- This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a 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 $25,000,000 and $100,000,000. This procurement will require 100% performance and payment bonds. Work is located approximately 2 miles east of Folsom, California in Sacramento and El Dorado Counties. All interested parties are encouraged to respond to this notice, by e-mail to ryousefgoarji@usbr.gov not later than close of business on 1/10/2013. 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. System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov PRINCIPAL COMPONENTS OF WORK: The Mormon Island Auxiliary Dam Overlay procurement is a heavy civil earth construction project. This project consists of a myriad of details required for construction that will change throughout the project based on location, time, and season. As an example, the dam has five distinct material zones with ten different zone configurations that will be affected by the contractor's means and methods. Based on the magnitude of this project, teaming arrangements are encouraged. The Government assumes that small businesses would be operating under some type of teaming arrangement. **Please note** Joint ventures can be made up of multiple small businesses and still be considered a small business under the exception to affiliation rule, provided they are not affiliated in ways other than in the proposed joint venture relationship for this procurement. The Offeror and Teaming Partners will require strong construction management, construction experience, and capabilities in simultaneous construction of zoned embankment dams at multiple locations. The project is situated such that the dam cannot be constructed from the ground-up across its entire length due to terrain, other design features and multiple stockpile locations, and import of offsite materials. The project's complexity, magnitude and quality requirements for the Safety of Dams work will require managers and supervisors with extensive experience and past performance managing and working on jobs of this type, scope and size. This work requires site preparation to include construction for development of contractor use areas; implementation of security measures; clearing and grubbing; development of water control and erosion measures; and excavation of existing embankments. The work also consists of importing approximately 450,000 cubic yards of processed filter and gravel drain material and development, sorting, processing, stockpiling and placement of 1 million cubic yards of shell-fill material from an existing waste/stockpile. The construction means and methods for the dam embankment construction will be traditional Reclamation requirements. Some of these requirements that are noteworthy include distinct zone separation, compaction of various zones including proper moisture content, coordination between adjacent zones due to lift thickness and contamination of adjacent zones, and quality control plan for all elements of the work. The offeror will be excavating at the toe of the existing dam to install drain systems consisting of pipe and filter material. This work involves extensive dewatering and unwatering of the work, foundation preparation, installation of pipe and inspection wells and zone backfill work activities. Site Restoration will include removal of haul roads and restoration of: haul roads, borrow areas, stockpile locations, use areas, placement of top soils, establishment of new vegetation, replacement of security barrier boulders, and long term SWPPP controls for the site. PROVIDE TO THE GOVERNMENT THE FOLLOWING INFORMATION: Please note Teaming Partners experience may be used where applicable. Please provide information that addresses the following: 1. Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone; 8(a), etc.), and a point of contact. Also include the above information for any joint ventures/ teaming partners, etc. 2. A positive statement of your intention to submit an offer for this solicitation as a prime contractor. 3. Describe your firm's or teaming partner firm's capability and capacity to obtain bonding for the construction project up to $80 million dollars. The Government does not intend to limit bonding or use incremental bonding. We will require 100% bonding for this project. 4. Describe your firm's approach to managing the work required for this project, including any planned Teaming Partners and the organization structure, roles and responsibilities, and the overall execution of the work. If a teaming arrangement is being considered, provide the details of the joint venture agreement. 5. Describe your firm's capability and approach to managing heavy civil earthwork construction projects for zoned embankment dams. The elements of required work include stockpile processing activities, material segregation, load balancing, planning for on and offsite trucks, placement and compaction of materials, and moisture control for volumes of materials for several hundred thousand cubic yards of various types of materials. Provide resumes of key personnel that would be responsible for the management of this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fe255a17b61c817b1a7b011074df67e9)
- Place of Performance
- Address: Work is located approximately 2 miles east of Folsom, California, in Sacramento and El Dorado Counties.
- Zip Code: 958251898
- Zip Code: 958251898
- Record
- SN02946304-W 20121213/121211234324-fe255a17b61c817b1a7b011074df67e9 (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 |