SOURCES SOUGHT
Z -- Rehab Intake Gates, Gavins Point Dam, Yankton, South Dakota
- Notice Date
- 2/25/2009
- Notice Type
- Sources Sought
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-09-S-N001
- Response Due
- 3/9/2009
- Archive Date
- 5/8/2009
- Point of Contact
- Neil Herman, (402) 995-2057<br />
- Small Business Set-Aside
- N/A
- Description
- Request for Information (Sources Sought Notice) Gavins Point Dam Rehab Intake Gates The Omaha District, US Army Corps of Engineers is seeking qualified concerns that qualify under the North American Industry Classification System (NAICS) Code 238320 - Painting and Wall Covering Contractors, and Code 238990 All Other Specialty Trade Contractors for the following requirement located at Gavins Point Project, Yankton, South Dakota. The principal components of the work to be performed include disassemble nine tractor-type intake gates, sandblast and paint all steel surfaces with a vinyl paint, disassemble, clean and reinstall roller chains (links, rollers, pins and clips), roller tracks, and removal of existing seals and installation of new seals. The contract will include sandblasting, painting and re-sealing of one bulkhead gate (no roller chains). This work can only be performed during the Spring/Summer/Fall since these gates can not be removed from the gate slots during the winter months. The contractor will be required to mobilize and de-mobilize during the spring and winter months. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Codes 238320 and 238990 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price construction contract. The estimated price range for this effort is between $1,000,000 and $5,000,000. The estimated performance period is anticipated to take place over a two or three year time period. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of business capability to perform the anticipated work. The Government will not pay for the preparation or submission of any information in response to this sources sought announcement. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information 1.What is your company name, address, point of contact, phone number, and e-mail address? 2.What is your business size? 3.Do you have any corporate affiliations? If so, please identify. 4.Are you interested in participating as a leader or member of a small business-led team? a.If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b.Provide a list of potential team members and associated disciplines, if known. c.Describe your current/anticipated team management structure. Previous Experience Information 5.Please provide any previous experience information for the past 3 years that clearly demonstrates familiarity and experience with the application of vinyl paint. For each project, include the following information: a.Size, term, and complexity of job; b.Information on your role as either a prime contractor or subcontractor; and c.Point of contact (POC) at the agency or prime contractors organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. Responses to this announcement may be sent electronically to Neil Herman at neil.f.herman@usace.army.mil and should arrive no later than 2:00 p.m. (CST) 9 March 2009. Responses should be limited to no more than 10 pages. If you are unable to send the information via e-mail, you may fax it to 402-995-2488, or mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted, and must be received by the date and time indicated in this sources sought announcement. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION CECT-NWO ATTN: NEIL HERMAN 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Neil Herman at 402-995-2057 or via e-mail at the address above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7adc883a6ded8f96635b5e17c3f503e&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
- Zip Code: 68102-4901<br />
- Zip Code: 68102-4901<br />
- Record
- SN01757115-W 20090227/090225220632-b7adc883a6ded8f96635b5e17c3f503e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |