Skip to main content

An official website of the United States government

You have 2 new alerts

Y--Roza Fish Screen Designing, furnishing, installing fish screen assemblies.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Aug 18, 2023 10:28 am MDT
  • Original Response Date: Sep 11, 2023 03:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:

Description

This is a new Sources Sought announcement to retrieve current market research from interested parties due to requirements change in the program. Firms which responded to the prior source sought for this requirement are asked to review the information and submit your information again, per this announcement and attached documentation.

This is a Sources Sought announcement only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement.

This market research is to gain knowledge of interest, capabilities, and qualifications of interested firms and will be used by the Government to make appropriate acquisition planning decisions.

The Columbia-Pacific Northwest Regional Office of the U.S. Bureau of Reclamation is conducting market research for a Construction contract. The work is located on the Yakima River approximately ten (10) miles north of Yakima, Washington in Kittitas County. This project will replace the existing fish screens.

Principal Components of Work

A. Care of River during construction, including installation and removal of temporary cofferdam and dewatering systems on the upstream and downstream sides of the intake structure to facilitate other work listed below.

B. Removal of obstructions, including but not limited to: metal trash rack, trash rake guide track, and metal handrail.

C. Concrete saw-cutting.

D. Concrete removal.

E. Drilling holes for anchor bars and epoxy grouting bars in place.

F. Structural concrete.

G. Metalwork, including:
1. Platforms.
2. Stairs.
3. Handrail.
4. Embedded plates.

H. Electrical and control system.

I. Designing, furnishing, and installing self-cleaning, retrievable, and cylindrical fish screens.

The magnitude of the requirement is anticipated to be $10,000,000 to $25,000,000.

Sources are being sought from firms, of any size, with a North American Industry Classification System (NAICS) Code of 237990 - Other Heavy and Civil Engineering Construction with a Small Business Size Standard of $39.5 million. Small businesses are highly encouraged to respond to this Sources Sought notice. NAICS code 237990 is included on the Women Owned Small Business (WOSB) list of NAICS codes. Small businesses are highly encouraged to respond to this Sources Sought notice. Responses are requested with the following information:

1. Offerors name, address, DUNS number, points of contact with telephone numbers and e-mail addresses.

2. Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service-Disabled Veteran Owned, 8(a), or Indian Small Business Economic Enterprise shall be indicated on first page of submission.

3. Description of capabilities to meet the requirements stated in the DRAFT specifications.

4. Past Performance/experience on projects of similar size, scope, and complexity. The past performance information shall include project title, location, general description of the project to demonstrate relevance to the proposed project. Additionally, include the Offerors role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractors name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required.

5. Include the country of manufacture for the primary components stated in the DRAFT specifications.

6. Procurement lead times for the manufacture and delivery of the required materials.

7. Construction bonding levels, aggregate and per contract.

8. Please provide any comments or concerns regarding the DRAFT specifications.

Responses will not be returned. Telephonic responses will not be honored. Respond by email only, send responses to James Everett and jeverett@usbr.gov.

Responses are due by COB September 11, 2023.

Contact Information

Contracting Office Address

  • 1150 N CURTIS ROAD STE 100
  • BOISE , ID 83706
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 26, 2023 09:55 pm MDTSources Sought (Original)