Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140R4023Q0034
SOURCES SOUGHT SMALL BUSINESS CONCERNS UNDER NAICS 327999 2023 Construction Material Blanket Purchase Agreement (BPA) SMALL BUSINESS CONCERNS This sources sought is open to all interested small busine...
SOURCES SOUGHT SMALL BUSINESS CONCERNS UNDER NAICS 327999 2023 Construction Material Blanket Purchase Agreement (BPA) SMALL BUSINESS CONCERNS This sources sought is open to all interested small businesses. For the purpose of this enquiry, a small business is defined as a Small Business Concern under NAICS Code 327999 ¿All Other Miscellaneous Nonmetallic Mineral Product Manufacturing¿ The Small Business Size Standard is 750 employees. The Government shall verify all submissions meet the small business requirement per the System for Award Management (SAM.gov) in addition to the Small Business Administration Dynamic Small Business Search website. BACKGROUND The Bureau of Reclamation Upper Colorado Region¿s Provo Area Office has a requirement to develop a pool of qualified Government sources to competitively supply construction materials in support of the Provo Area Office Force Account construction projects. The Force Account team provides planned construction maintenance as well as emergent repair and construction across 17 western states. Force Account consistently requires construction materials and supplies, often with limited and unpredicted notice. The frequency and unpredictability of the requirements make standard contracting methods impractical to support the Force Account¿s mission. This acquisition will be a 5-year multiple award Blanket Purchase Agreement (BPA) for a wide range of supplies used in construction projects. Examples include but are not limited to: Geotextiles Geogrid Geo-Cell Gabions Baskets Lumber Aggregates - Sand, Gravel, Riprap, Miscellaneous Fill of varying gradations Ready Mix Concrete - Mix designs will vary Concrete Pumping Controlled Low Strength Material (CLSM) Rebar Sheet Pile Stainless Steel - Plate, strap, angle, channel, grating, strapping, tubing etc. Carbon Steel - Plate, strap, angle, channel, tubing, I-beams, grating, strapping, etc. Aluminum - Plate, strap, angle, channel, tubing, I-beams, grating, strapping, etc. Precast Concrete items, including box culverts, manholes, bridges, etc. Manhole covers, hatches, and associated hardware Galvanized ladders Aluminum grating Steel grating Wire rope Prefabricated steel structures Fencing materials HDPE pipe and components Steel pipe and components Valves, slide gates, overshot gates, and associated hardware - used in construction of water control infrastructure PVC pipe and associated fittings Purchase or rental of equipment used temporarily to facilitate construction such as: Concrete forms Portable cofferdams Scaffolding Crane service to offload items such as precast concrete structures When a construction project is identified, a complete list of required construction materials and specifications will be developed. All BPA holders will then be given the opportunity to quote the project. The winning contractor will be awarded a Call and will be responsible for supplying the materials FOB to the construction site. The region includes North Dakota, South Dakota, Nebraska, Kansas, Oklahoma, Texas, Montana, Wyoming, Colorado, New Mexico, Idaho, Utah, Arizona, Washington, Oregon, Nevada, and California. THIS IS A SOURCES SOUGHT NOTICE ONLY This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. There is no solicitation available at this time. This sources sought is for planning purposes only, to assist in determining if this effort can be obtained competitively and/or as a total Small Business Set-Aside, and to gain knowledge of interest, capabilities, and qualifications of various interested business concerns. The Government will use this information to determine the best acquisition strategy for a potential procurement. 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. If a solicitation is released, it will be synopsized and posted on the SAM.gov website. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. This sources sought notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, Reclamation is not, at this time, seeking any proposals and will not accept any unsolicited proposals for this project. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of information; all costs associated with responding to this sources sough will be solely at the interested party¿s expense. The Government shall not be liable for, or suffer, any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This sources sought should not be construed as a commitment by the government for any purpose. REQUESTED INFORMATION The purpose of this notice is to identify the socio-economic classification of interested contractors, capable of supplying and delivering the identified requirements. Capability will be determined based on the following: a. Awardees will provide proof of at least five years of experience of sourcing and delivering related supplies across the western United States. b. Awardees will provide proof of capability to quote, source, and deliver materials on short, critical schedules. c. Awardees will be willing to commit to a 5-year relationship to support the Force Account¿s requirements. d. Awardees will not be required to have a presence in all states or have proof of the ability to supply all locations and all materials, but they will have the ability to supply a majority of locations. RESPONSES Interested parties are requested to respond to this sources sought with the following data: a. Administrative Data: i. Name, mailing address, phone number, and e-mail of designated point of contact. ii. Information regarding business size and/or socioeconomic designation. iii. Confirmation of basic capability e. Submission: i. Responses shall be submitted no later than 10 April 2023, 14:00 (MD). ii. Responses shall be submitted via electronic mail only to Kimberley Hervat at khervat@usbr.gov or Feyna Li at fli@usbr.gov Any responses after the due date and time will not be accepted. iii. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Any information submitted by respondents to this sources sought is strictly voluntary. QUESTIONS Questions regarding this sources sought shall be submitted in writing, through e-mail, to the Contracting Specialist, Kimberley Hervat at khervat@usbr.gov or Feyna Li at fli@usbr.gov no later than 10 April 2023, 14:00 (MD). Verbal questions will NOT be accepted.