SOLICITATION NOTICE
Y -- ROCKFALL RISK MITIGATION - IDIQ
- Notice Date
- 5/21/2018
- Notice Type
- Synopsis
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Bureau of Reclamation<br />Lower Colorado Region<br />Regional Office<br />500 Fir Street<br />Boulder City<br />NV<br />89005<br />US<br />
- ZIP Code
- 89005
- Solicitation Number
- 140R3018R0005
- Point of Contact
- Rodriguez, Diane
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation Notice with the intent of synopsizing a proposed contract action prior to issuance of the solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or about June 4, 2018, posted to the Federal Business Opportunities (FBO) website at https://www.fbo.gov and the FedConnect website https://www.fedconnect.net/. No documents will be available until the solicitation is issued. The Bureau of Reclamation, Lower Colorado Region has an ongoing requirement for rock stabilization on the steep rock slopes in the vicinity of Hoover Dam and possibly other facilities in various locations. The Government is considering satisfying this requirement with a 5 year term firm-fixed price, Indefinite-Delivery/Indefinite Quantity (IDIQ) type contract. The tasks required by Reclamation include scaling, cleaning, bolting, cabling, meshing, and other methods to improve the stability of the rock. The successful awardee will be responsible for providing all personnel, materials, tools, equipment, and expertise to stabilize the rock slopes designated by Reclamation. Reclamation will provide the successful awardee, specifications, photos of the areas of concern and access to the areas for the contractor to examine during the Request for Proposal period. After an award is made, Reclamation will issue individual task orders on an as needed basis. Task Orders will identify the areas that need to be stabilized, the time period allowed for the work and the methods to be used to stabilize the area. Submittals after contract award may include, but are not limited to, the following: (1) A Health and Safety Job Plan. (2) Technical requirements for surface preparation. (3) Safety Work Permit. All rope access work within Reclamation must comply with our Rope Access Guidelines as described in our Reclamation Safety and Health Standards (RSHS) (see http://www.usbr.gov/ssle/safety/rope.) You are invited to supplemental your previous capabilities statement or submit a new capabilities statement showing how your organization (including as appropriate partners and/or subcontractors) perform work in compliance with the RSHS and SPRAT/IRATA standards. A pre-proposal site visit will be scheduled for all interested parties: The date and time will be provided in the solicitation, when it is issued. This requirement is restricted as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code assigned to this project is 237990, Other Heavy and Civil Engineering Construction with a corresponding small business size standard of $36.5M. The estimated magnitude of each individual task order is $25,000 to $500,000 with a total contract value estimated at $5,000,000 over the 5 year ordering period. This requirement will be solicited and awarded using the method outlined in FAR Part 15 - Contracting by Negotiation and in accordance with the source selection evaluation criteria included in the Request for Proposal (RFP). Awards will be made using best-value, source-selection procedures incorporating tradeoffs between price and non-price factors. It is expected that the RFP will include evaluation factors for Relevant Experience, Technical Capability, Past Performance and Price. The Government intends to award one (1) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract from this solicitation. The resulting contract will be a firm fixed price construction type IDIQ contract. The contract performance period is a five (5) year ordering period. The solicitation and any amendments to the solicitation will be available only through Federal Business Opportunities (FBO) (www.fedbizopps.gov) website and the FedConnect website (https://www.fedconnect.net/). All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. Registrations: In order to be awarded a contract an offeror be registered and active in the System for Award Management (SAM), http://www.sam.gov, and have completed their Online Representations and Certifications. Contracting Office Address: Bureau of Reclamation, Lower Colorado Region, P.O. Box 61470, Boulder City, NV 89006 Place of Performance: Hoover Dam, NV 89005 Point Of Contact: Diane Rodriguez, Contract Specialist, e-mail: DLRodriguez@usbr.gov. All contractual technical questions must be submitted in writing via e-mail to: DLRodriguez@usbr.gov. Telephone questions will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/b1a2dde8f77e7d62f072645eef6f32a9)
- Record
- SN04928576-F 20180523/180522062850 (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 |