The RFP Database
New business relationships start here

Irrigation Canal Repair and Replacement for the Lower Colorado River Multi-Species Program Conservation Areas in Arizona and California


Colorado, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 Bureau of Reclamation Lower Colorado River Multi-Species Conservation Program (LCR MSCP) was created to balance the use of the Colorado River water resources with the conservation of native species and their habitats. The program works toward the recovery of species currently listed under the Endangered Species Act (ESA). It also reduces the likelihood of additional species listings. Implemented over a 50-year period, the program accommodates current water diversions and power production and will optimize opportunities for future water and power development by providing ESA compliance through the implementation of a Habitat Conservation Plan (HCP).



LCR MSCP is seeking potential sources for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Irrigation Canal Repair and Replacement for the Lower Colorado River Multi-Species Program Conservation Areas in Arizona and California. The work consists of repair and or replacement of irrigation canals. The anticipated 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 contracts. The anticipated period of performance for the IDIQ is a five (5) year ordering period.



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 period of performance for the Task Orders awarded under this IDIQ is October through February unless otherwise authorized by Reclamation. This is to reduce any negative impact on the irrigation cycle which may jeopardize the health of the established habitat.
Construction activities may include removing and properly disposing of existing concrete, gates, gate frames, and other debris; repairing the soil base for the canal including compaction to a minimum of 90%, installing new concrete canal lining, replace gates, replace field ports and pipes within the canal system as well as any additional facilities.



The following is a sample list of services that may be performed under a task order for Agricultural Irrigation Canal Replacement


1. Work will include removal and proper disposal of concrete lining material and other debris at an approved site. Disposal site must be submitted to Reclamation for approval.
2. Work will include soil compaction to a minimum of 90%, shaping, and other preparations for the relining of irrigation canals along with installing field turnout ports and pipes.
3. Work will include applying a pre-emergent herbicide on the prepared canal bed to prevent future intrusion of plant life within the constructed canal.
4. Work will include the placement of concrete irrigation lining to a minimum of 2 ½ inches thick and a compressive strength of 3000-psi. If thinner than 2 ½ inches a 3500-psi compressive strength will be required with a minimum of 2 inches lining thickness. Compressive strength is measured at 28-day cure.
5. Work will include installing canal gates, field turnout ports, and any other pertinent items that have been removed or are in need to properly construct the irrigation canal.
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 September 20, 2019. Detailed specifications are not available at this time.


Maribel Ruble, Contract Specialist, Phone 928-343-8217, Fax 928-343-8568, Email mruble@usbr.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP