SOURCES SOUGHT
Y -- Hoover Fiber Optic Trail
- Notice Date
- 4/13/2018
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- 140R3018R0028
- Response Due
- 4/27/2018
- Archive Date
- 5/12/2018
- Point of Contact
- Berry, Kathleen (Kathy)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement for acquisition planning purposes. No formal solicitation for this work exists at this time. All eligible and qualified contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the experience, technical level of expertise, administrative and management capability to perform the effort described below. The capability statements received will be used to determine The Bureau of Reclamation's (Reclamation) overall procurement strategy. The Bureau of Reclamation currently supplies communications with a 12-Strand Fiber Single Mode cable from Boulder City Tap Substation to the Lower Colorado Regional Office (LCRO). With growing communication demands, the Bureau of Reclamation Lower Colorado Dams Office (LCDO) has the need for the installation of fiber optic cables to improve its data network in and around the Hoover Dam and within the Boulder City, Nevada area. The work being requested will follow a cultural resource survey to ensure the Bureau of Reclamation's compliance with Section 106 of the National Historic Preservation Act (54 U.S.C. 306102). The Contractor shall be expected to work closely with the project proponents and may need to consider alternative fiber optical cable routes based on the preferences and permission obtained from landowners and cooperating city, state, and federal agencies while at the same time staying within the previously surveyed areas of the project. The project will involve the installation of approximately 3.1 miles of new 144-strand optic fiber cable and the installation of nine (9) new underground vaults. The cable will be installed in a trench excavated along 2-track roads in the open desert, and existing utility corridors along paved streets in Boulder City. A short segment of cable shall be required to be installed overhead as well. The new underground vaults and conduit shall be installed along the route of the fiber optic cable so they are flush with the surrounding ground surface. To avoid any interruption in communication, the existing cable shall be abandoned in place. All precautions shall be taken not to attenuate or disrupt service of the existing cable and communications during installation of the new fiber optic cable. Once all the 144-strand optic fiber cable is installed, splicing of the fiber shall be required to allow for the following connections to be established: - NDOT Demarcation Point along I-11 & Boulder City Tap Substation (with 144-strand connection) - Boulder City Tap Substation & LCRO Water Building (with 72-strand connection) - Boulder City Tap Substation & LCRO Admin. Building IT Bunker (with 72-strand connection) - LCRO Water Building & LCRO Admin. Building IT Bunker (with 72-strand connection) - LCRO Water Building & NDOT Demarcation Point along U.S. Route 93 (with 144-strand connection) The newly installed optic fiber cable endpoints at the Boulder City Tap Substation, LCRO Water Building, and LCRO Admin. Building IT Bunker will require termination, including the furnishing and installation of enclosures. The contractor shall furnish all materials, equipment, supplies, services, personnel, and all other resources to perform the services required by the project work in accordance with the specifications and drawings. The services generally outlined in this Statement of Work shall be performed as directed by the Contracting Officer and as specifically defined by the specifications and drawings. In performing required services, the Contractor shall provide all professional, technical, and related services necessary in receiving assignment, planning, and supervising work, estimating costs, checking work progress, checking completed work, and reporting results as described in the specifications and drawings. Materials to be used must be approved prior to installation. Unless stated otherwise, the Fiber Optic Association/National Electrical Contractors Association (FOA/NECA) standards should be used (http://www.thefoa.org/NECA301.html) for this project and all work and installations shall meet local, state and federal code requirements. The contractor shall be responsible for acquiring all the necessary permits prior to the start of any work. Contactor shall comply with the US Bureau of Reclamation's RSHS (Reclamation Safety and Health Standards). For Site Safety and Personnel Safety requirements, Contactor shall refer to the Specifications Section 01 35 20: Safety and Health. The North American Industry Classification System (NAICS) Code for this acquisition is 237130 Power and Communication Line and Related Structures Construction, with a small business size standard of $36.5M. Alternative NAICs codes may considered and if an offeror feels that there is a more suitable NAICS Code classification for this item, please indicate when submitting your capability package. Interested sources are welcome to submit a capability statement package to include the following information: 1. Capability statement shall address the work listed above and the offeror's ability to meet the qualification requirements with this type of work. 2. Contractor must have sufficient financial and management capability to assure bonding up to $800,000.00. 3. Provide your business name, address, point of contact, phone number and email address. 4. Provide your business size & type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business, etc. 5. The capability statement shall address the offeror's capability to perform under a contract of this magnitude and complexity. Provide a list of ALL RELEVANT projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last three (3) years, with a brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. Capability statements are to be submitted no later than 12:00 P.M. Pacific Time on April 27, 2018. Capability statements shall not exceed six pages in length. This information will be used to assist the Contracting Officer in terms of developing the appropriate procurement strategy for the acquisition and for purposes of market research. All businesses, regardless of size, capable of providing these items are invited to respond. Any information provided by industry to the Government as a result of this sources sought is voluntary. This notice is designed to located responsible sources that have an interest, and have the ability to perform the services described herein. All responses to this Sources Sought notice shall be provided to Bureau of Reclamation, LCR to the attention of Kathy Berry, Contract Specialist -via e-mail kberry@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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c9ec160234da4a07e9bc7160584439c)
- Record
- SN04888573-W 20180415/180413230547-8c9ec160234da4a07e9bc7160584439c (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 |