SOLICITATION NOTICE
Y -- Y--REPAIR SWPPA AND FERGUSON ROADS
- Notice Date
- 4/28/2025 11:39:40 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3025R0006
- Response Due
- 5/13/2025 10:00:00 AM
- Archive Date
- 05/28/2025
- Point of Contact
- Rodriguez, Diane, Phone: 7022938368, Fax: 702293
- E-Mail Address
-
DLRodriguez@usbr.gov
(DLRodriguez@usbr.gov)
- Description
- PRESOLICITATION NOTICE Senator Wash Pumping Plant Access Road and Ferguson Road Repairs This is a Pre-Solicitation Notice with the intent of synopsizing a proposed contract action prior to issuance of the solicitation. This requirement is being procured in accordance with Part 15 of the Federal Acquisition Regulations (FAR) in conjunction with Part 36.3 of the FAR as a two-phase design-build selection solicitation. The Bureau of Reclamation intends to issue a competitive total small business set-aside solicitation for this requirement. PROJECT DESCRIPTION: The principal components of the work are listed under the project description below: The Bureau of Reclamation (Reclamation), Yuma Area Office, (YAO) has a requirement to repair Senator Wash Pumping Plant Access Road and Ferguson Road. This project aims to ensure continued access to critical infrastructure, including the Senator Wash Pumping Plant and nearby public facilities, while ensuring safety and durability of the roads. This Design Build project will include the design and construction necessary to repair Senator Wash Pumping Plant Access Road and Ferguson Road using heavy rehabilitation methods. These roads serve vital functions in providing access to public campgrounds, an RV park, the Senator Wash Pumping Plant, and an electrical power substation. Ferguson Road spans approximately 1.25 miles with an average width of 24 feet. This public road connects to Senator Wash Road and serves as a major access point for recreational facilities. The road is severely deteriorated, exhibiting surface rutting and raveling. Senator Wash Pumping Plant Access Road (SWPPA Road) runs approximately 0.5 miles and averages 24 feet in width, although the width varies slightly along the length of the road. This access road, essential for operations at the Senator Wash Pumping Plant and an electrical power substation, also has severe surface deterioration, with significant raveling throughout. Sections of SWPPA Road are located along an embankment and lack adequate guardrails, necessitating the installation of new safety barriers. The work is expected to involve: 1. Site Engineering Investigations (SEI): SEI to include subsurface investigations, geotechnical investigation/analysis, topographical surveys, and SEI Report outlining findings and recommendations. 2. Environmental compliance with local, state, and federal standards. 3. Concept Design Workshop (CDW) and Report: A half-day CDW meeting to be held to review findings, and recommendations of the SEI report and to discuss the Designer of Record (DOR) heavy rehabilitation method recommendations for government approval. 4. Design with deliverables that include drawing plan set, specifications, basis of design report, engineering design calculations, construction cost estimate, and associated permits. Design to include a heavy rehabilitation method such as Full Depth Reclamation (FDR) with an asphalt concrete overlay for a minimum 25-year pavement design life. 5. Traffic control measures will be required. These measures will need to consider potential work during the winter (cooler) months (October through April) when vehicular traffic increases significantly in the area and allowing access to existing local facilities. 6. Installation of new guardrails and drainage improvements as necessary, particularly along the embankment sections of Senator Wash Pumping Plant Road. The contractor must provide all labor, materials, equipment, and supervision for the completion of the project. Design submittals and construction must adhere to applicable state, federal, and Bureau of Reclamation guidelines. Key Project Features 1. This project will be Design-Build (DB) delivery type. 2. Site Engineering Investigation (SEI) that includes subsurface investigations, geotechnical analysis, and topographical surveys for design input. 3. Asphalt Pavement Rehabilitation: Design and perform Asphalt Pavement Rehabilitation in accordance with SEI, which may include full-depth reclamation with a minimum 3� asphalt concrete overlay to provide a 25-year design life, and the necessary signage and striping. 4. Guardrails and Drainage: Installation of new guardrails and drainage improvements as necessary, particularly along the embankment sections of Senator Wash Pumping Plant Road. 5. Traffic Control: Detailed traffic control plan including measures to accommodate high-volume winter traffic and access to existing facilities. 6. Design Submittals: Design must comply with relevant Unified Facilities Criteria (UFC) and, United States Bureau of Reclamation (USBR) references with approvals from the USBR. 7. Stormwater Management: Ensure compliance with local and state stormwater regulations, acquiring necessary permits. LOCATION OF WORK: The work is located near the vicinity of Senator Wash Dam and Reservoir in Imperial County, California, at Senator Was Pumping Plant Access Road and Ferguson Road. NAICS AND SIZE STANDARD: This requirement is 100% Small Business Set-aside. The North American Industry Classification System (NAICS) Code assigned to this project is 237310, Highway, Street, and Bridge Construction with a corresponding small business size standard of $45M. COMPETITION: Solicitation 140R4025R0006 is anticipated to be conducted as a small business set-aside. The project specifications and project location will be defined in the solicitation document. The solicitation will require a bid guarantee of 20% of the proposed price. The Contract will require payment and performance bonds for 100% of the contract price. Offerors must have sufficient bonding capacity. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The magnitude of this project is between $1,000,000 and $5,000,000. SOLICITATION RELEASE DATE: All responsible sources may submit a proposal which shall be considered by the agency. A free, electronic copy of the solicitation will be available on APPROXIMATELY May 13, 2025, at www.sam.gov. All proposals, and other documents required for the proposal submittal, including amendments to the proposal, shall be submitted electronically. All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. No documents will be available until the solicitation is issued. SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov): In order to be considered for a contract an offeror must be registered and active in the System for Award Management (SAM), http://www.sam.gov at time of proposal submission and have completed their Online Representations and Certifications. Point of Contact: The Contract Specialist for this solicitation is Diane Rodriguez, e-mail: DLRodriguez@usbr.gov. The Contracting Officer for this solicitation is Amiee Amador, email: Aamador@usbr.gov. Any communications regarding this procurement must be in writing and forwarded via email and must identify the solicitation number. E-mails shall be addressed to the Contract Specialist; telephone questions will not be accepted. NOTE: THIS IS NOT A REQUEST FOR PROPOSAL (SOLICITATION), AN INVITATION FOR BID (IFB), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, bids, or quotes. No award will be made as a result of this Notice. The Government will NOT be responsible for any costs incurred by interested parties in responding to this Notice. This Notice is strictly for compliance with FAR Subpart 5.2. As a result of this Notice, the Government may issue a competitive solicitation; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the Notice (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7a912c6fa16a465a99abbab887a374ab/view)
- Record
- SN07423141-F 20250430/250428230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |