Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140R6020R0015
Elevator Modernization, Kortes Powerplant, Kortes Unit, Oregon Trail Division, Pick-Sloan Missouri Basin Program, Wyoming The Department of Interior, Bureau of Reclamation (Reclamation), Missouri Basi...
Elevator Modernization, Kortes Powerplant, Kortes Unit, Oregon Trail Division, Pick-Sloan Missouri Basin Program, Wyoming The Department of Interior, Bureau of Reclamation (Reclamation), Missouri Basin Regional Office has a requirement for services necessary to design and construct an elevator modernization requirement at the Kortes Powerplant. Kortes Dam is in Carbon County Wyoming approximately 60 miles southwest of Casper, Wyoming. The elevator is in the left abutment of the dam and provides access to the top of Kortes Dam. Reclamation intends to issue a two-phase design-build type procurement for this requirement. Selection procedures will be conducted in accordance with Federal Acquisition Regulations (FAR). Phase 1 will be conducted under FAR Subpart 36.3, Two-Phase Design-Build Selection Procedures. Phase 2 will be conducted under FAR Part 15, Contracting by Negotiation Procedures. The resulting contracting will be a firm-fixed priced type contract. Reclamation anticipates issuing this requirement under the total small business set-aside program. The applicable North American Industry Classification System (NAICS) Code is 238290 and the associated Small Business Size Standard is $16.5 Million. The estimated price range of this acquisition is between $500,000 and $1,000,000. Reclamation anticipates issuing the Phase 1 solicitation package on or around June 30, 2020. Qualifications/Performance Capability Proposals will be due on or around August 7, 2020 at Reclamation's Missouri Basin Regional Office, 2021 4th Avenue North, Billings, Montana. The RFP and any subsequent amendments will be available for viewing through electronic commerce. Reclamation will issue RFP Number 140R6020R0015 via https://beta.sam.gov, at the link provided in this notice. Interested vendors may also check https://www.fedconnect.net/FedConnect/Default.htm. For further information about the requirement, offerors should contact Christine Mundt at cmundt@usbr.gov or at (406) 247-7805. SAM: Effective July 29, 2012, any contractor interested in doing business with the federal government must register in the System for Award Management (SAM) database prior to award of a contract or agreement. SAM is a federal government owned and operated free website. IPP: The successful contractor shall electronically submit all payment requests for the anticipated purchase order through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with its proposal.