SOURCES SOUGHT
Z -- Sources Sought for Repair of the South Side Machinery Pit Wall at the West Gate Gulf Intracoastal Waterway Brazos River Flood Gates, Freeport, Texas
- Notice Date
- 12/20/2012
- Notice Type
- Sources Sought
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-13-S-0006
- Response Due
- 1/7/2013
- Archive Date
- 2/18/2013
- Point of Contact
- aldrich a. nichols, 409-766-3963
- E-Mail Address
-
USACE District, Galveston
(aldrich.a.nichols@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: This is a Sources Sought/Market Survey notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information for planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research which will be used to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community listed below and those other general contractors who have the resources to perform the anticipated requirements. Small Business (SB) Section 8(a) Historically Underutilized Business Zones (HUB-Zone) Service-Disabled Veteran-Owned Small Business (SDVOSB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Small business-led teams Small business joint ventures Other than Small (OTS) concerns CLARIFICATION: Proposals are NOT being requested nor will they be accepted with this notice. Also, responses to this notice will not be returned. Whatever information is provided in response to this notice will be used to assess the market. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS NOTICE OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME; THEREFORE, PLEASE DO NOT REQUEST A COPY. PROJECT REQUIREMENTS AND OBJECTIVES: The project work includes the repair of the reinforced concrete machinery pit wall on the south side of the west gates at Brazos River Flood Gates, Freeport, Texas at the intersection of the Brazos River and the Gulf Intracoastal Waterway (GIWW). The wall is immediately adjacent to mechanical components, including the south sector gate, various gear assemblies, shafts and grease lines. The work will include demolition of the existing damaged portion of the concrete wall, installing new reinforcing steel, concrete forming, placement of concrete and installing embedded miscellaneous metals required to repair the wall. Welding will be required. A barge may be required to transport large or heavy equipment to the south side machinery pit wall. Foot traffic and small equipment may cross on the sector gates' walkways from the north to the south. Work will be required to conform to the specifications and to the publications listed below to the extent that they are referenced. The publications are referred to within the text by the basic designation only. AMERICAN CONCRETE INSTITUTE (ACI) ACI 318R Building Code Requirements for Reinforced Concrete ACI SP-66 ACI Detailing Manual AMERICAN WELDING SOCIETY (AWS) AWS D1.1/D1.1M (2010) Structural Welding Code - Steel ASTM INTERNATIONAL (ASTM) ASTM A123/A123M (2009) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A36/A36M (2008) Standard Specification for Carbon Structural Steel ASTM C94-98Ready-Mixed Concrete ASTM A780/A780M (2009) Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings Structural Carbon Steel ASTM A36/A36M and Galvanizing: ASTM A123/A123M WELDING Perform welding, welding inspection, and corrective welding, in accordance with AWS D1.1/D1.1M. Use continuous welds on all exposed connections. Grind visible welds smooth in the finished installation. Conform dimensional tolerances for welded construction, details of welds, and quality of welds with the applicable requirements of AWS D1.1/D1.1M and the contract drawings. Perform nondestructive testing by visual inspection and magnetic particle methods. The minimum extent of nondestructive testing shall be random 10 percent of welds or joints. Prior Government contract work is not required for submitting a response under this sources sought synopsis. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance for this requirement, if solicited is approximately 30 days. PROJECT DOLLAR MAGNITUDE: In accordance with FAR 36.204, the dollar magnitude of this anticipated construction project is projected to be between $25,000 and $50,000. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS): The code applicable to this acquisition is 238120. CAPABILITY STATEMENT/INFORMATION SOUGHT: Responses to this Sources Sought/Market Survey notice shall be limited to thirty (30) pages and shall include the following information as a minimum: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code, and DUNS number. Please include existing Joint Venture information if applicable. 2. Firm's small business category and business size in relation to the NAICS Code XXXXXX. 3. Firm's geographic span. 4. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 5. Firm's project and past performance information addressing the capability to perform a contract of this magnitude and complexity completed within the past six (6) years. At least three (3), but no more than five (5) project examples must clearly demonstrate the firm's familiarity and experience on projects with similar scope as described above. For each project, include the following information: a. Size, duration, and complexity of job; b. Information on your role as either a prime contractor or subcontractor; c. Point of contact (POC) at the agency or prime contractor's organization to verify contract information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project; d. Overall past performance rating. 6. Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide a POC (name, address, e-mail address, and telephone number) that can verify this experience. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. SUBMISSIONS: Responses to this notice shall be transmitted by email to aldrich.a.nichols@usace.army.mil in either of the following authorized formats: Adobe Acrobat (.pdf), Microsoft Word (.doc), and Microsoft Excel (.xls). All responses shall be received on or before 7 January 2012, 3:00 p.m. Central Daylight Time. No paper copies will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-13-S-0006/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN02953559-W 20121222/121220235327-8d4a2e1c6bb531bae142c9db42e8d465 (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 |