Z--SLV-CB SHOP FLOOR AND APRON REPAIR
ID: 140R4024Q0064Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for the "SLV-CB Shop Floor and Apron Repair" project at its Alamosa Field Division facility in Colorado. The project involves the removal and replacement of deteriorated concrete features, addressing safety hazards related to a shifted shop floor slab and poor drainage affecting walkways. This initiative is crucial for maintaining safe operational spaces and ensuring compliance with federal safety and construction standards. Interested contractors must submit their proposals by October 30, 2024, with a project budget estimated between $25,000 and $100,000, and are encouraged to contact Ronda Lucero at rlucero@usbr.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation has issued a Sources Sought Notice to identify potential contractors for concrete repair services related to the Shop Floor and Apron Repair project. This announcement aims to gather information for planning purposes and is not a solicitation. Interested small businesses that can demonstrate their capabilities are encouraged to submit a capabilities statement by September 5, 2024. The procurement will be classified under the NAICS Code 238110 for Poured Concrete Contractors, with a small business size standard of $19 million. The expected contract is a Firm Fixed Price type, with a tentative solicitation release scheduled for September 18, 2024, and a project execution period of 60 days. Responses should provide essential company information, evidence of relevant experience, and documentation of equipment and resources. Registration in the System for Award Management (SAM) is mandatory for participation in future proposals. This notice serves as a preliminary step in determining the viability of small business participation in the eventual solicitation process.
    The Bureau of Reclamation seeks contractors to remove and replace deteriorated concrete features at its Alamosa Field Division facility in Colorado. The project addresses safety concerns due to a shifted concrete slab and poor drainage causing hazardous walkways. The contractor must ensure comprehensive concrete work, including the removal and engineered filling of a vault, pouring new slabs, and enhancing drainage. The job encompasses approximately 800 square feet of the shop floor, walkways, and perimeter sidewalks, utilizing specified materials and meeting defined construction standards. Strict safety and communication protocols are outlined, along with submission requirements for project plans and materials. Site visits are encouraged, and all work needs to occur during standard hours while adhering to environmental regulations. The initiative reflects the Bureau's commitment to maintaining functional and safe operational spaces through rigorous contractor performance standards and oversight.
    The Bureau of Reclamation's Albuquerque Area Office is issuing an RFP for the repair and replacement of concrete features at the Alamosa Field Division facility in Colorado. The project involves addressing safety hazards related to a shifted shop floor slab and deteriorating walkways due to drainage issues. Key tasks include removing and replacing an 800 ft², 18-inch thick slab, potentially altering or replacing an existing vault, along with improving external drainage to mitigate future water damage. The project requires contractors to submit detailed plans, safety analyses, and schedules while complying with various safety and construction regulations, including those set by OSHA and the Bureau's safety standards. Timeline guidelines emphasize that certain documents must be submitted within 7 to 21 days prior to mobilization and project completion to facilitate government review. Vendors are encouraged to conduct a site visit to better understand the project's requirements. The RFP highlights the importance of recycling materials and following environmental sustainability practices. A comprehensive communication plan and security protocols are mandated, ensuring contractor accountability for safety and materials management at the facility. This initiative demonstrates the government's commitment to maintaining safe and functional infrastructure while adhering to regulatory standards.
    The document is a pricing schedule for solicitation number 140R4024Q0064, concerning a specific repair project related to "Shop Floor and Apron Repair." It outlines a single Contract Line Item Number (CLIN 00010) with detailed pricing components, including labor, materials, travel, and other direct costs/fees. Offers must itemize costs within these components and adhere to federal travel/per diem rates while including applicable taxes according to the work location. The document emphasizes that only complete offers will be considered for award, requiring bidders to provide a detailed breakdown of all pricing elements associated with the project. It underscores the importance of compliance with federal guidelines and proper taxation in the submission of proposals. The objective is to ensure all costs are clearly defined and presented for review in the context of the federal procurement process.
    The solicitation 140R4024Q0064 pertains to a Request for Proposal (RFP) for labor, materials, travel, and other direct costs associated with the repair of the Shop Floor and Apron (CLIN 00010). It outlines the need for bidders to provide detailed pricing for various labor categories, materials, and travel expenses, all of which must comply with federal guidelines, including approved travel rates from the General Services Administration (GSA). Additionally, bidders are instructed to include all applicable taxes, particularly the Gross Receipts Tax based on the work location. The document emphasizes that offers will be evaluated solely on the complete price schedule, rejecting any partial submissions. This RFP highlights components critical for prospective contractors to prepare their bids accurately and in compliance with federal standards, ensuring a comprehensive pricing structure for the specified requirement.
    The document outlines the general wage determination for construction projects in Colorado under the Davis-Bacon Act, effective September 13, 2024. It specifies applicable wage rates and worker protections for various classifications, such as electricians, plumbers, and laborers, across numerous Colorado counties. The wage rates adhere to the minimum wage requirements set forth by Executive Orders 14026 and 13658, which mandate hourly wages of at least $17.20 or $12.90, depending on contract start dates. The document details classification-specific wage rates and fringe benefits for different trades involved in building construction projects, excluding residential construction. Additionally, it provides a process for appealing wage determinations while emphasizing the importance of compliance with federal labor standards for contractors. This information is essential in ensuring fair compensation for workers involved in federally funded construction contracts and maintaining compliance with legal labor requirements.
    The document outlines a Payment Bond Agreement, which is a requirement under federal law (40 USC Chapter 31, Subchapter III, Bonds) to protect individuals supplying labor and materials on government contracts. It details the obligations of the Principal (contractor) and Surety(ies), establishing their commitment to ensure payment for those who directly provide labor or materials in fulfilling the contract. The bond is legally binding to the United States government and stipulates that modifications to the contract do not require additional notifications to the Surety. The form must be filled out with the Principal's legal name and address, and must include signatures from authorized representatives of both the Principal and the Surety, accompanied by their corporate seals where applicable. The form also mentions the necessity for sureties to be listed as approved by the U.S. Department of the Treasury and provides instructions for using individual sureties. The document's structure includes instructions on completion, relevant sections for organizational details, and the legal agreement components. Overall, it serves to formalize financial responsibility and compliance requirements crucial for government contracts, ensuring protection for subcontractors and laborers in the event of non-payment.
    The document outlines the details of the SLV CB Shop Floor and Apron Repair project, focusing on specific requirements and clarifications provided by the government in response to contractor inquiries. Key points include drainage specifications for the shop's exterior, emphasizing that it should slope toward existing drains and ensure stormwater does not accumulate against the building. While the government does not provide upfront payments, a payment bond is required to ensure subcontractor compensation even after project completion. The document stipulates that all electrical work must be completed by a state-certified electrician and highlights updated slab thickness requirements for both the wash bay and shop floors, set at 8 inches. Contractors must prepare for necessary excavation or stabilization if the subgrade is unsuitable, and any alterations to existing asphalt must ensure smooth transitions without additional replacement responsibilities. The government reiterates the necessity for thorough documentation during construction, including as-built drawings noting changes made. This file represents standard procedural expectations for contractors participating in federal projects, ensuring compliance with specifications and adherence to safety and regulatory standards.
    Amendment 0002 pertains to the Request for Proposal (RFP) 140R4024Q0064 concerning the SLV CB Shop Floor and Apron Repair project. It announces an additional site visit scheduled for Wednesday, October 16, 2024, at a specified location in Alamosa, Colorado. The visit will take place between 7:30 a.m. and 4:00 p.m. Interested parties are requested to confirm their attendance by contacting Susan Storm at the provided phone number. This amendment aims to facilitate direct engagement with potential contractors for better understanding and planning of the project requirements. The emphasis on communication and site access reflects the importance of collaboration in government contracting processes.
    The Bureau of Reclamation's Upper Colorado Region seeks a contractor for significant concrete repairs and replacements at its Alamosa facility. The project addresses hazardous conditions due to shifting and heaving slabs in the shop floor and deteriorating outdoor walkways caused by drainage issues. Key tasks include replacing a damaged shop slab, improving drainage systems, and repairing perimeter sidewalks. The contractor is required to follow strict safety protocols and submit various documents for government approval, including a project schedule and safety plans. All construction must adhere to established standards, including the use of recycled materials. The initiative underscores the Bureau's commitment to ensuring safe and sustainable infrastructure while addressing specific issues tied to environmental factors at the site. The document provides a clear structure outlining responsibilities, submission details, and contact information for government personnel involved in the project.
    This document is an amendment to the solicitation numbered 140R4024Q0064, issued by the Bureau of Reclamation's Upper Colorado Region. The amendment specifies changes in payment requirements, mandating a Payment Bond where previously none was required. Notable elements include the incorporation of Clause 52.228-13 regarding Alternative Payment Protections, requiring a payment bond for 100 percent of the contract price within ten days of contract award. The amendment also sets a deadline for inquiries related to the solicitation, stating that questions must be submitted by October 10, 2024, at 4:00 p.m. MDT. Additionally, the period of performance for the contract is defined as from November 25, 2024, to February 24, 2025. The document serves to ensure proper procedures and protections are in place for contractors and establishes the necessary timelines and requirements for compliance, reinforcing accountability in federal contracting processes. It is designed to foster transparency and provide contractors with the clarity needed to fulfill their obligations under the contract terms.
    This document is an amendment to a federal solicitation identified as 140R4024Q0064, issued by the Bureau of Reclamation, aimed at modifying the terms and conditions of the original solicitation. The amendment includes several key updates: an updated Statement of Work, a compilation of Questions and Answers, a scheduled additional site visit on October 16, 2024, and an extension for proposal submissions to October 30, 2024, at 4:00 PM MDT. The period of performance specified for the contract is from December 1, 2024, to March 1, 2025. To acknowledge this amendment, contractors are instructed to include their acknowledgment in submitted offers or notify via letter or electronic means. The amendment emphasizes the importance of submitting proposals within the extended deadline to avoid rejection. Overall, this document serves to provide updated requirements and deadlines for prospective contractors engaged with this federal project.
    The Bureau of Reclamation's Albuquerque Area Office has issued a Request for Proposals (RFP) for concrete repairs under Solicitation #140R4024Q0064, set for award during fiscal year 2025, contingent on budget availability. The project, titled "SLV – CB Shop Floor and Apron Repair," involves a scope of work detailed in associated attachments, including a Statement of Work and Pricing Schedule. The estimated construction cost ranges from $25,000 to $100,000, classified under the NAICS code 238110 for Concrete Repair, with a small business size standard of $19 million. Contractors must begin work within 30 calendar days after receiving a notice to proceed, completing the project by February 24, 2025. The government will provide necessary inspection and administration, including electronic invoicing procedures via the Treasury’s Invoice Processing Platform. Compliance with a strict set of federal guidelines and regulations, such as the Buy American Act, is mandatory. Furthermore, special attention must be paid to safety standards throughout the project. This solicitation aims to engage qualified contractors in enhancing the structural integrity of the facility while adhering to federal procurement protocols and standards for quality and safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--OT-CA-T28 WCMPWB UNIVERSAL ACCESSIBILITY
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the Universal Accessibility Project in Oklahoma, aimed at enhancing accessibility at various recreational facilities. The project involves construction activities such as improving boat ramps, RV sites, day use areas, and campground facilities, with a strong emphasis on compliance with the Americans with Disabilities Act (ADA). This initiative is crucial for advancing inclusivity in public spaces, allowing greater access for individuals with disabilities. Interested businesses, particularly small and disadvantaged enterprises, are encouraged to submit their capability statements by October 25, 2024, with project budgets estimated between $1 million and $5 million. For further inquiries, contact Mitchell Frost at mfrost@usbr.gov.
    Z--Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project, located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and various associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment. This initiative is crucial for enhancing dam safety and infrastructure resilience, with a performance period spanning from March 2025 to January 2029 and an estimated contract value between $100 million and $200 million. Interested contractors must submit sealed bids by November 8, 2024, and can direct inquiries to Lynette Rock at LRock@usbr.gov or call 385-228-8535.
    CO FLAP LAR 10(1) Horsetooth Res and Carter Lake
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation and reconstruction of parking lots and access routes at the Horsetooth and Carter Lake Reservoirs in Larimer County, Colorado. The project aims to enhance vehicular and pedestrian access while improving safety for over one million annual visitors to these federally owned facilities. The anticipated contract, valued between $10 million and $20 million, is set to be advertised in October 2024, with an award expected in December 2024 and construction scheduled from April 2025 through November 2026. Interested parties can contact Leslie Karsten at CFLcontracts@dot.gov for further information.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    Y--LAKE 318673; 324894; 332529 Extend Public Launch R
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting bids for the construction project titled "Extend Public Launch Ramp at Hemenway Harbor" in the Lake Mead National Recreation Area, Boulder City, Nevada. This project involves extending a public launch ramp, which includes excavation, grading, and the installation of precast concrete ramps, with a contract magnitude expected to exceed $10 million. The initiative is crucial for enhancing recreational access in response to decreasing lake levels while ensuring compliance with environmental regulations and maintaining public safety. Interested contractors must submit sealed offers by the specified deadlines, with the project scheduled for completion within 730 calendar days from the notice to proceed. For further inquiries, potential bidders can contact Dayna Omiya at daynaomiya@nps.gov or by phone at 720-910-0477.
    Z2DA--SL 554 Irrigation and Concrete Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to perform irrigation and concrete repairs at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The project involves repairing sections of the irrigation main pipe and associated lines, as well as addressing concrete sidewalk hazards near the facility's entrances. This work is critical for maintaining the safety and functionality of the medical center's grounds, ensuring proper irrigation and preventing slip/trip incidents. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by November 7, 2024, following a mandatory site visit on October 23, 2024. For further inquiries, contact Contract Specialist Christopher D Wentworth at Christopher.Wentworth@va.gov.
    Y--ELMA-CREATE UNIVESALLY ACCESSIBLE TRAIL
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a universally accessible trail at El Malpais National Monument in New Mexico, specifically the El Calderon Trail project. This initiative aims to enhance visitor access and experience by constructing a 0.75-mile trail compliant with the Architectural Barriers Act, along with additional features such as an amphitheater and safety improvements. The project, estimated to cost between $1 million and $5 million, is set aside for small businesses under NAICS code 236220, with a performance period from January 6, 2025, to October 3, 2025. Interested contractors should direct inquiries to Claire Roberson at ClaireRoberson@nps.gov and submit their proposals by the specified deadlines.
    FCI Englewood- Water Service Improvement Project
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Water Service Improvement Project at the Federal Correctional Institution (FCI) Englewood in Littleton, Colorado. The project involves the construction of a new water pipeline, including the replacement of the existing main water pipeline and the establishment of a new public water utility connection, all while adhering to local, state, and federal regulations. This initiative is crucial for enhancing the infrastructure of correctional facilities, ensuring compliance with safety and operational standards. Interested small businesses must submit their electronic bids by November 6, 2024, and are required to register in the System for Award Management (SAM) at https://sam.gov. For further inquiries, contact Kevin Slone at kslone@bop.gov or by phone at 202-578-8617. The estimated project cost ranges between $1 million and $5 million.