Inactive
Notice ID:140R3019R0012
This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The Bureau of Reclamation, Lower Colorado Region, is conducting market research to assist the Government with acquisition plan...
This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The Bureau of Reclamation, Lower Colorado Region, is conducting market research to assist the Government with acquisition planning. This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. The work to be performed is described below. This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposals (RFP), 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. A solicitation is not currently available. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Department of the Interior Bureau of Reclamation Lower Colorado Region Yuma Area Office (YAO) is seeking potential sources for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Colorado River Wash Fan Sediment and Rock Removal for Arizona, California, and Nevada. The work consists of excavation, hauling and stockpiling sediment and rock wash fan material. Task Orders may include, but not limited to, any or all of the following tasks: 1. Excavate wash fan sediment and rock material from the area along the bankline of the Colorado River above and up to 8-feet below the ordinary low water elevation of the river. 2. Load excavated wash fan sediment and rock material into trucks and transport said material to the stockpile location(s) identified. 3. Unload excavated wash fan sediment and rock material at identified stockpile locations and place in accordance with the Task Order specifications. 4. Conduct dust abatement and erosion control required by applicable permits. 5. Provide traffic control required to conduct the work safely. 6. When required, obtain Section 402 Clean Water Act authorization/permits for proposed land disturbance activities. The project work sites are located along the Colorado River, starting between the International border with Mexico, near San Luis, Arizona and Davis Dam near Laughlin, Nevada. The basic contract is anticipated as a Firm Fixed Price (FFP) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The anticipated task orders' thresholds in accordance with Federal Acquisitions Regulations (FAR) 36.204 Disclosure of Magnitude of Construction are (d) Between 250,000 and $500,000 and (e) between 500,000 and $1,000,000. The anticipated period of performance is a five (5) year ordering period. The applicable NAICS Code is 237990 Other Heavy and Civil Engineering Construction. The small business size standard is $36.5 mil. Interested parties shall include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, Small Business classification (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, 8a, HUBZone, Service-Disabled Veteran-Owned Small Business etc.), and a point of contact; (b) A positive statement of your intention to submit an offer/bid for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers for similar scope and complexity turnkey projects completed or substantially completed within the last five years. Detail collaboration efforts and role of interested party and collaborating manufacturers, designers and subcontractors. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. (e) Bonding capacity on a single-job and aggregate. System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov All interested parties are encouraged to respond to this notice, by e-mail to Maribel Ruble mruble@usbr.gov no later than close of business on March 28, 2019. Detailed specifications are not available at this time.