Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
SOURCES SOUGHT

Z -- YAO IDIQ PAVING CONTRACT - Drawing

Notice Date
4/19/2017
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge 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
R17PS00587
 
Archive Date
5/18/2017
 
Point of Contact
Maribel Ruble, Phone: 928-343-8217, Virginia Toldeo, Phone: (928) 343-8136
 
E-Mail Address
mruble@usbr.gov, vtoledo@usbr.gov
(mruble@usbr.gov, vtoledo@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is being issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. 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 and will not pay for any information or administrative costs incurred in response to this notice. The Department of the Interior Bureau of Reclamation Lower Colorado Region Yuma Area Office (YAO) is seeking potential sources for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for maintenance paving, repair or replace of existing asphalt at roadways, parking lots, and associated features and facilities throughout Arizona and California. The work may consist of, but is not limited to, earthwork, slurry sealing asphalt areas, chip sealing, mill asphalt pavement, crack sealing, patch asphalt, placing asphalt concrete material, grading shoulders, new stripping, and guardrails. Work may also include preventive maintenance with road sweeping, slurry sealing, patching and crack repairs. The work may also consist of repairing, replacing existing concrete curbs, gutters, wheel stop, sidewalks, and reinforced concrete slabs. The following locations are potential work areas, but may not be limited to only these sites. The YAO and the Yuma Desalting Plant (YDP) are located at 7301 Calle Agua Salada, Yuma, Arizona. The YDP is a 60-acre plant located west of the city of Yuma. The Bureau of Reclamation may require paving on City, and County roads, as well as State Highways due to construction projects in those areas. The Ehrenberg Operating Yard is located in La Paz County, Ehrenberg, Arizona. Senator Wash and Imperial Dam roads and parking lots are located in Imperial County, California, approximately 18 miles north of Yuma, Arizona. Parker Dam roads and parking lots are located in La Paz County, Arizona, and San Bernardino County, California, approximately 12 miles northeast of Parker, Arizona. The anticipated North American Industry Classification System code is 237310 Highway, Street, and Bridge Construction with a small business size standard of $36.5 million. Product Service Code Z1LB Maintenance of Highways, Roads, Streets, Bridges, and Railways. The basic contract is anticipated as a Firm Fixed Price (FFP) IDIQ type contract and may include a wide variety of paving task orders awarded on a FFP basis. The Period of Performance is anticipated at a Five (5) year ordering period. Individual projects/task orders are estimated to range in value between $25,000.00 and maximum of $750,000.00. Capability statements are to be submitted no later than May 3, 2017. All responses to this sources sought notice shall be submitted to Maribel Ruble, LC- 10403, 7301 Calle Agua Salada, Yuma, AZ 85364; or via e-mail to mruble@usbr.gov. The capabilities package should include the following information: (1) Provide business name, DUNS number, address, point of contact to include e-mail address, telephone number and website if applicable; (2) Business size and type (8(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc.); (3) Demonstrate the firm's experience by providing a list of projects completed where the work involved similar contracts in the past three years, and in which your firm performed the work. Include in the list only work comparable to the size for which your firm was entirely responsible for providing the labor, facilities, equipment, and material. Additionally, for each project listed, provide the following: a brief description of the work performed, project title, dollar value of the job, location, and the customer's contact name and phone number for the work completed. (4) Bonding capacity per contract/action; 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/60392c311ae4b9f351d288dc6b4808d9)
 
Record
SN04477959-W 20170421/170419235003-60392c311ae4b9f351d288dc6b4808d9 (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.