SOURCES SOUGHT
C -- Inclined Elevator Rehabilitation
- Notice Date
- 7/14/2017
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Bureau of ReclamationPacific Northwest RegionRegional OfficeAcquisition Management Division1150 N. Curtis Road, Ste. 100BoiseID83706-1234US
- ZIP Code
- 00000
- Solicitation Number
- R17PS00107
- Response Due
- 7/28/2017
- Archive Date
- 8/27/2017
- Point of Contact
- Justin Blyth, Contracting Officer (wblyth@usbr.gov)
- E-Mail Address
-
Contracting Officer
(wblyth@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Bureau of Reclamation, Pacific Northwest Regional Office, in Boise, ID is issuing this sources sought notice to determine the availability and capability of small businesses to perform a contemplated future project. Information obtained through this notice may be used to determine the potential for issuing a future solicitation for this project with a small business set-aside, and to provide input for the Governments overall acquisition strategy. Description of Work: The project consists of a design-build effort to perform modifications and rehabilitative measures to attain a functional and code compliant inclined elevator, while preserving the historical value of the elevator car. The elevator was erected in 1975 by Cam Industries, and has not been in service since 2009. The elevator system is anticipated to require significant repairs, and/or complete overhaul and modernization. The overall design effort will also bring the elevator up to current ADA/ABA standards. The inclined elevator is located behind the Third Power Plant at the Grand Coulee Dam. Location of Work: Work is located at the Grand Coulee Dam, located approximately 80 miles west of Spokane, Washington. Estimated Value: The order of magnitude for this project is expected to be from $1,000,000 to $5,000,000. Information Requested: When responding to this notice, respondents are asked to provide the following information: 1. Business Name and DUNS number 2. Contact information 3. Business size and any additional socioeconomic classification(s) 4. Bonding capability, including current single and aggregate performance and payment bond limits 5. Brief capabilities statement that addresses experience performing similar projects as a prime contractor. 6. Listing of previous and/or current projects where the respondent served as the prime contractor. For each project, please include: -Percentage of project currently complete and when it will be complete, or date project was completed -Description of size and scope of project, and dollar value of the contract -Percentage of work on project that was self-performed -The number of subcontractors by trade utilized for the project This is NOT a Request for Proposal or Invitation for Bids, and does not constitute any commitment by the Government. The Government will not pay for information received in response to this notice. All interested sources must respond to future solicitation announcements separately from responses to this sources sought notice. Please submit responses to this sources sought to the primary point of contact provided in this notice. Responses are requested to be submitted no later than July 28, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/282f5c7233e2151474d01cc48eddfa47)
- Record
- SN04579742-W 20170716/170714234534-282f5c7233e2151474d01cc48eddfa47 (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 |