Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2009 FBO #2888
SOURCES SOUGHT

Z -- RECOVERY--Z--PROJECT # 012410, B. Everett Jordan Dam and Lake, NC - System Improvements, Water Quality Control Gates

Notice Date
10/19/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-10-B-0003
 
Archive Date
11/4/2009
 
Point of Contact
Candy S. Rudner, Phone: 9102514436, Sherrel S Bunn, Phone: 910-251-4866
 
E-Mail Address
candy.s.rudner@usace.army.mil, sherrel.s.bunn@usace.army.mil
(candy.s.rudner@usace.army.mil, sherrel.s.bunn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT an Invitation for Bid or Request for Proposal. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Wilmington District, B. Everett Jordan Dam and Lake is seeking eligible small business firms capable of performing the below construction project. The work consists of system improvements to the B. Everett Jordan Dam Intake Tower Water Quality Control Gates including gate stem guide repairs, electrical and hydraulic systems rehabilitation, and all related incidental work. The intake tower is a square concrete structure divided into two halves with a total of twelve metal sluice gates. Each half of the structure is equipped with the following six gates: one emergency gate, one service gate, one 6' by 6' water quality control gate and three 8' by 8' water quality control gates. The water quality control gates are used to allow flow into the structure from different depths while the service gates are used to control the water discharge from B. Everett Jordan Lake. Each gate is operated by a hydraulic cylinder which is connected to a hydraulic system. The operation of the hydraulic system and the gates are operator controlled at a local control panel. The stem guide repairs are confined to the six 8' by 8' gates described above. The electrical rehabilitation consists of replacing the tower electrical power panel and the gate control panel. The hydraulic rehabilitation includes replacing six hydraulic cylinders and control valves for the six 8' by 8' gates, hydraulic pump replacement and modifications to the hydraulic power unit. This work will require Permit Required Confined Space (PRCS) Entry. Lock Out/Tag Out and fall protection is also required to perform the work. The magnitude of this project is estimated to be $250,000 to $500,000. The appropriate NAICS code for this procurement is 237990. The small business size standard for this NAICS is $33,500,000. All Service Disabled Veteran Owned Small Businesses (SDVOSB), certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this notice. It is requested that interested small businesses submit to the Contracting Office one copy of a brief capabilities package (no more than 5 pages in length, single spaced, 10 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, at a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include the following: 1. Number of employees 2. Office location(s) 3. Available bonding capacity per contract 4. DUNS number 5. CAGE Code 6. Small business designation/status claimed. RESPONSES ARE DUE by October 28, 2009 AT 2:00 PM EST. You are encouraged to submit your capabilities package electronically. They may be faxed to the attention of Contract Specialist, Candy Rudner at (910) 251-4454 or emailed to candy.s.rudner@usace.army.mil. Otherwise, please mail or hand carry to: U.S. Army Corps of Engineers Attn: Candy Rudner / Contracting 69 Darlington Ave Wilmington, NC 28403
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-B-0003/listing.html)
 
Place of Performance
Address: B. Everett Jordan Dam and Lake, Chatham County, NC, Moncure, North Carolina, United States
 
Record
SN01987867-W 20091021/091019234900-404172bb447a78edd68676b9604be7b0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.