SOURCES SOUGHT
56 -- 56--LMDT ACCESS GATE REPLACEMENT
- Notice Date
- 1/23/2025 6:01:45 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 140R6025R0011
- Response Due
- 2/5/2025 1:00:00 PM
- Archive Date
- 04/30/2025
- Point of Contact
- Baird, Monte, Phone: 4062477805
- E-Mail Address
-
MBaird@usbr.gov
(MBaird@usbr.gov)
- Description
- NOTICE: THIS IS NOT A SOLICITATION, BUT RATHER A SOURCES SOUGHT SYNOPSIS TO DETERMINE POTENTIAL SOURCES FOR INFORMATION AND PLANNING PURPOSES ONLY. NO FORMAL SOLICITATION FOR THIS WORK EXISTS AT THIS TIME. The Bureau of Reclamation, Missouri Basin Region, is currently conducting market research in accordance with FAR Part 10 for preliminary planning to determine if this project is appropriate for a Small Business Set-Aside Category, as a Request for Proposal (RFP), Firm Fixed Price (FFP). The NAICS code for this requirement is 238990 All Other Specialty Trade Contractors. BACKGROUND The Bureau of Reclamation Leadville Mine Drainage Tunnel (LMDT) is located in Leadville, Colorado (Lake County). The facility requires the replacement of the existing main vehicle access gate. The purpose of this Sources Sought is to research the replacement of the vehicle access gate. SCOPE OF WORK: The scope of this requirement includes all necessary labor, equipment, and materials to install one (1) new remotely actuated vertical pivot gate operators and associated vehicle sensors to the front entrance of the facility driveway in the same location as existing entrance gate. This gate will need to be a dual tilt gate with each side extending no more than 4 inches above the existing fence to prevent any issues with the overhead powerlines in front of the facility. The requirement would include removal of existing gate, and installation of the new gate, stanchions, and operator footings, and keypads. Running the wiring and communications cables to the facility. Due to seasonal requirements, on-site performance would occur during the period of June through September. DISCLAIMER: This Sources Sought Notice is for Market Research and planning purposes only in accordance with FAR Part 10 and shall not be considered as a Request for Proposals (RFP), Request for Quote (RFQ), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Bureau of Reclamation will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked ""Proprietary"" will be handled accordingly. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Responses to this Sources Sought Notice will not be returned. Respondents are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice. The Government does not require any cost for participating in this Market Research and Sources Sought. The Government reserves the right to determine how it should proceed as a result of this notice. An important outcome of this research will be the determination to consider if this can be acquisitioned as a Small Business Set aside, and the competitive set aside category in accordance with (IAW) FAR 19.201(a). The Government is interested in all socioeconomic contracting programs (i.e. Native American/Indian-Owned Businesses, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns). The Government requests that interested parties respond to this notice with capabilities and identify your small business status with respect to the identified NAICS code. The Bureau of Reclamation is seeking industry information and comments from sources with the capability to perform the requirements of this project and with relevant experience in all of the functional areas required. Offerors are advised that providing a capabilities statement will not automatically include the offeror in any future portion of the acquisition process or be considered a response to forthcoming solicitation. Not responding to this Sources Sought/Request for Information does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be posted on the System for Award Management (SAM.gov). It is the responsibility of the interested parties to monitor these sites for the possibility of additional information pertaining to this requirement. REQUESTED INFORMATION Interested parties are requested to respond with the following data: Administrative Data: - Company Name, Unique Entity ID (UEI), mailing address, phone number, and e-mail of designated point of contact. - Information regarding business size and/or socioeconomic designation (HUBZone, 8(a), SDB, WOSB, SDVOSB, ISBEE, IEE). - A statement of interest and capabilities information. Capability information should include licensing, bonding, insurance, and past experience. Submission: Responses shall be submitted no later than 5 February 2025, 2:00 PM (14:00)(MST). All responses shall identify the subject of the communication as LMDT Access Gate Replacement SS/RFI Response (Insert Company Name) Responses shall be submitted via electronic mail to the Contracting Specialists: Feyna Li at fli@usbr.gov and Monte Baird at mbaird@usbr.gov. Any responses after the due date and time will not be accepted. QUESTIONS Questions regarding this Sources Sought/Request for Information shall be submitted in writing, through e-mail, to the Contracting Specialists, no later than 30 January 2025, 2:00 PM (14:00) (MST). Verbal questions will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03438db22937415690b2b3cd66d15637/view)
- Record
- SN07322079-F 20250125/250123230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |