Sources Sought for Subsurface Utility Investigation
NAICS and Size Standard: 561990 - All Other Support Services, $16.5 Mil. Classification Code: S - Utilities and Housekeeping
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THIS IS A SOURCES SOUGHT. The U.S. Bureau of Reclamation (Reclamation), Interior Region 8: Lower Colorado Basin, seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. All qualified concerns may submit capability statements for consideration. All small businesses to include Small Business, Small Disadvantaged Business, Certified 8(a), Indian Small Business Economic Enterprise (ISBEE), Certified HUB Zone, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned (SDVOSB) are strongly encouraged to provide timely response to this announcement. A response to this announcement is necessary in order to assist Reclamation in determining the potential levels of interest, adequate competition, and the technical capability to provide the required services. The capability statements will be used to determine appropriate procurement strategy; in particular, whether a set-aside is warranted. Capability statements received may also be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work.
Because this sources sought is for informational/market research purposes only, the Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is not a request to be placed on a solicitation mailing list nor is it a Request for Quote (RFQ) or an announcement of a solicitation.
Reclamation is seeking sources to locate all the utilities from existing Vault V5 to new Vault V10 located on Colorado Street in the City of Boulder City (BC), Nevada.
The description of anticipated work is as follows:
The purpose of this work is to locate all underground utilities from existing Vault V5 to new Vault V10. The coordinates with elevations of utilities are required. This includes elevations at the top of the surface and top of exposed utilities. The exception could be the 21-inch SNWA pipe and the 20-inch BC water line. These pipes are probably encased with controlled low strength material (CLSM). In that case, the top elevation of the CLSM for each protected pipe is only required. It is important to avoid damaging the protective CLSM surrounding the pipes.
The method of excavation shall be hydro excavation. The contractor shall repair the excavated holes with materials approved by BC.
The contractor shall coordinate with BC to obtain all necessary permits and plans to do the work. This will include at a minimum, a traffic control permit and plan, etc. to include any traffic control plans and personnel to protect the workers doing the investigative work.
The contractor shall provide a traffic control team to coordinate the work with the actual team doing the work. Traffic must be allowed to progress on the street while work occurs. One lane of traffic should be always open.
Other Requirements
The contractor shall coordinate the work through the Contracting Officer¿s Representative and the Contacting Officer. In addition, the contractor shall coordinate with the Southern Nevada Water Authority and the BC. Both utilities require a representative on site to witness the work that affects their respective pipelines.
At a minimum the contractor shall provide a report with the following:
1. The utility pipe found with any information regarding the size, type, and owner.
2. The location of the pipe.
3. The elevation of the pipe.
4. The depth underground with elevation.
5. Photos of utilities discovered in the field.
6. Any other information that would be useful and included in a standard report.
Interested parties should provide a description 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 subcontractors. Please do not include more than three past projects.
Interested parties should also include the following information in their response:
- Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. SDVOSB, Small Disadvantaged Business, ED/WOSB, HUBZone and/or 8(a))
- Point of contact including name, title, phone number, and email address
All interested parties are encouraged to respond to this sources sought with all requested information via e-mail to jgarcia@usbr.gov no later than 5:00 P.M. ET on Friday, March 7, 2025.
The information provided in this sources sought is the only information the Government has available at this time. Questions concerning the sources sought should be directed to Jennifer Garcia via e-mail at jgarcia@usbr.gov.
System for Award Management (SAM), as required by FAR 4.1102, will apply to any resulting procurement. Prospective contractors must be registered in SAM at the time an offer or quotation is submitted. Lack of registration in the SAM database may make an offeror ineligible for award. Information on SAM registration can be obtained at the following web address: https://www.sam.gov.