Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2017 FBO #5781
SOURCES SOUGHT

Z -- Bridge Abutment Repair

Notice Date
9/19/2017
 
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
R17PS01556
 
Archive Date
11/30/2017
 
Point of Contact
Denise G. Hinds, Phone: 702-293-8459, Dennis Dillard, Phone: 702-293-8431
 
E-Mail Address
dhinds@usbr.gov, ddillard@usbr.gov
(dhinds@usbr.gov, ddillard@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is for market research and acquisition planning purposes only. No formal solicitation for this work exists at this time. All interested and qualified concerns are encouraged to submit capability statements for consideration. Capability statements received will be reviewed to assess the market's capability to perform this type of work. The capability statements will also be used to assist in determining a procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted. This acquisition is classified under North American Industry Classification System (NAICS) Code 237310 Highway, Street, and Bridge Construction with a small business size standard of $36.5 million annual average receipts. If this acquisition is set aside or reserved for small business concerns or 8(a) participants, the successful Contractor will be required to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Bureau of Reclamation, Lower Colorado Region, has a requirement to repair the Lower Portal Road bridge abutment and slope protection. The Bureau of Reclamation, Lower Colorado Region is seeking responsible sources having capabilities of performing the work. Principal features of the work include, but are not limited to: • Providing qualified, skilled labor and supervision, and materials to repair the bridge abutment and provide slope protection. • Provide Contractor sampling and test reports for aggregate base and concrete. The Contractor will be required to comply with OSHA and Reclamation Safety and Health Standards. Total contract period of performance is anticipated to be 45 calendar days after Contractor receives Notice to Proceed. Magnitude of construction is estimated to be between $100,000.00 and $250,000.00. Capability statements are to be submitted no later than 10/13/2017. The capability statement should demonstrate the vendor's capability to perform the principal components of work listed above. Capability statement packages should include the following information (items 1-3 directly below): 1. Business name, address, business size and type(s) (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, 8a, HUBZone, Service-Disabled Veteran-Owned Small Business, other-than-small (i.e. Large) business, etc.), and point of contact to include e-mail address and telephone number. If firm is registered in the Government's System for Award Management (SAM; www.sam.gov), please also provide firm's DUNS number and CAGE code. 2. Demonstration of the firm's experience shown by providing a list of actual jobs completed within the past three years from the date capability statements are due in which the Contractor completed similar jobs highway/road construction involving bridge abutment and slope protection. Additionally, for each job listed, provide the following: project/contract title and reference number, a brief description of the work performed (and whether work was performed as the prime contractor or a subcontractor), dollar value of the job, start and end dates (project duration), project location, customer's name and the customer's point of contact information (name, email address and phone number) for the work completed. The Government may contact project references/customers to verify information provided. 3. Bonding capability on a single-job. Capability statements should not exceed two (2) pages in length. All responses to this sources sought notice shall be provided by the due date to Denise G Hinds, Contract Specialist, via e-mail at dhinds@usbr.gov. This sources sought notice should not be construed in any manner to be an obligation of the Government to issue a solicitation, award a contract, or result in any claim for reimbursement of costs for any effort expended responding to this request. No solicitation is currently available. If it is determined that a formal solicitation will be issued on a competitive basis, a pre-solicitation notice will be posted on the Federal Business Opportunities web site at http://www.fedbizopps.gov/. NAICS 237310 - Highway, Street, and Bridge Construction Product Service Code (PSC) - Z2LB Repair or Alteration of Highways, Roads, Streets, Bridges, and Railways
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/961f3deaa1844a520147da3228d0acae)
 
Place of Performance
Address: Hoover Dam, Boulder City, Nevada, 89005, United States
Zip Code: 89005
 
Record
SN04683575-W 20170921/170919231547-961f3deaa1844a520147da3228d0acae (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.