SOURCES SOUGHT
Y -- SOURCES SOUGHT SYNOPSIS for a Bulkhead Gate at Isabella Dam, Lake Isabella, Ca
- Notice Date
- 3/21/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-S-0500
- Response Due
- 4/3/2012
- Archive Date
- 6/2/2012
- Point of Contact
- Erica Taylor, 916-557-7570
- E-Mail Address
-
USACE District, Sacramento
(erica.j.taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Sacramento District, plans to issue an Invitation for Bid (IFB) solicitation and award a firm-fixed price construction contract for construction of a bulkhead gate and test-installing it at Isabella Dam, Lake Isabella, Ca. The Contractor shall be capable of furnishing a manufactured bulkhead gate and test-installing it. One 15-foot 11-inch wide by 24-foot 8-inch high three-section bulkhead gate, including lifting frame, complete with all pertinent accessories is required. The bulkhead gate manufacturer shall be responsible for the delivery of a complete three-section bulkhead gate and lifting frame. The new three-section bulkhead gate shall be able to form a stacked bulkhead closure in the existing intake structure. The three sections shall be of approximately the same height, to form a watertight 24-foot 8-inch high bulkhead gate, when stacked upon each other. The bulkhead gate sections shall be so that, when stacked upon each other on a flat surface, they form a vertical, plumb bulkhead. As part of the contract, existing hoisting equipment and existing hoist head frame will be removed. The new bulkhead gate sections will be installed into the existing gate slots by means of a mobile crane. The new bulkhead gate sections and lifting frame shall suit the existing bulkhead gate slots and embedded frame metalwork in the intake structure. The bulkhead gate sections and lifting frame shall be furnished by a manufacturer having at least 5 years experience in the manufacturing of bulkhead gate and stop log equipment of comparable size and type. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Construction 2. Estimated construction range: 500,000 - 1,000,000 3. NAICS Code: 237990 4. Business Size Standard: To be determined after responses to the sources sought are received and evaluated. 5. FSC Code: Y1PZ 6. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 09 May 2012, and the estimated offer due date will be on or about 27 May 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firms are invited to register electronically to receive a copy of the solicitation when it is issued. A firm-fixed price contract is anticipated to be awarded using sealed bidding criteria. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: Firm's name, address(es), point of contact, phone number, and e-mail address Firm's interest in bidding on the solicitation when it is issued Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples Firm's Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a)) Firm's Joint Venture information or Teaming Arrangements (if applicable) - existing and potential Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. Interested Firms shall respond to this Sources Sought Synopsis no later than 1:00pm 3 April 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email responses to: Erica.J.Taylor@usace.army.mil AND Carol.A.Dones@usace.army.mil Mail responses to: USACE Sacramento District, Attn: Erica Taylor, Contracting 1325 J Street, Rm 878 Sacramento, CA 95814 EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-0500/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02701941-W 20120323/120321234923-0b54c80aad31d397f2db17b8b8542898 (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 |