Federal Bid

Last Updated on 28 Jun 2011 at 8 AM
Sources Sought
Cibola Arizona

Farming and Irrigation Services for Cibola Valley Conservation Area

Solicitation ID 10-022LC
Posted Date 28 Jun 2010 at 11 PM
Archive Date 28 Jun 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Denver Fed Center
Agency Department Of Interior The
Location Cibola Arizona United states 85328
This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. The North American Industry Classification System (NAICS) Code for this acquisition is: 221310 Water Supply and Irrigation Systems. The small business size standard for NAICS Code 221310 is $7 million. The purpose of the proposed project is for farming and irrigation services for the Cibola Valley Conservation Area (CVCA). The contractor must provide all personnel, equipment, tools and materials supervision and other items and services necessary to perform farming services, herbicide and fertilizer application, planting/seeding, leveling/contouring, provide irrigation services/repairs, road maintenance/repair and excavating. The contractor must also be able to obtain irrigation water from the Cibola Valley Irrigation and Drainage District (CVIDD). The 1,019 acres currently available for restoration is comprised of a number of parcels adjacent to the LCR in Township 1 North, Range 23 West within Sections 19, 20, and 21 and Township 1 North, Range 24 West within Sections 24, 25, and 36, La Paz County, Arizona. These lands lie north of Baseline Road. The Lower Colorado River (LCR) Multi-Species Conservation Program (MSCP) is a partnership of Federal and non-Federal stakeholders responding to the need to balance the use of LCR water resources and the conservation of native species and their habitats in compliance with the Endangered Species Act. This is a long-term (50-year) plan to conserve at least 26 species along the LCR from Lake Mead to the Southerly International Boundary with Mexico through the implementation of a Habitat Conservation Plan (HCP). Most covered species are state and/or federally listed special status species. The Bureau of Reclamation (Reclamation) is the entity responsible for implementing the LCR MSCP over the 50-year term of the program. A Steering Committee currently consisting of 56 entities has been formed, as described in the LCR MSCP Funding and Management Agreement, to provide input and oversight functions to support LCR MSCP implementation. In 2002, Reclamation prepared an initial assessment of the riparian restoration potential of the Cibola Valley Irrigation and Drainage District (CVIDD), a project study area of about 3,800 acres. The Mohave County Water Authority (MCWA) and the Hopi Tribe each purchased a portion of the Cibola Valley from CVIDD in December 2004. The Cibola Valley Restoration Project, which is to be implemented as part of the Lower Colorado River Multi-Species Conservation Program (LCR MSCP), will utilize the lands now owned by the MCWA. The overall goal for (CVCA) is to develop and maintain riparian habitat that will contribute to the habitat objectives of the LCR MSCP. The project period of performance (5 years) is anticipated to begin January 1, 2011 with an anticipated completion date of December 31, 2015. Should you be interested in this effort, please submit a capability package to Brian Switzer at the address listed below. Capability statements are to be submitted no later than July 15, 2010. The capability statement shall address the work listed above, demonstrate the company's capability to perform the work, and describe previous procurements performed of similar size and complexity. Additionally, all responses to this sources sought shall include company name and address, business size and type (8(a), HubZone, Small Business, etc), and point of contact to include e-mail address and telephone number. Capability statements shall not exceed five pages in length. This information will be used to assist the Contracting Officer in developing the procurement strategy, in particular, including whether an 8(a) or Hubzone set-aside is warranted or if another socio-economic set-aside strategy is more appropriate. All responses to this sources sought notice shall be provided to Brian Switzer/LC-10114, Contract Specialist, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail [email protected]. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov/.
Bid Protests Not Available

Similar Opportunities

Washington 08 Aug 2025 at 4 AM
Flagstaff Arizona 18 Jul 2025 at 9 PM
Washington 08 Aug 2025 at 4 AM
Arizona 18 Jul 2025 at 3 PM
Arizona 11 Jul 2025 at 3 PM