Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2013 FBO #4354
SOURCES SOUGHT

54 -- Sources Sought Notice for McNary Draft Tube Bulkheads

Notice Date
10/24/2013
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-14-R-SS05
 
Response Due
10/31/2013
 
Archive Date
12/23/2013
 
Point of Contact
Julie Morris, 509-527-7220
 
E-Mail Address
USACE District, Walla Walla
(julie.m.morris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply requirement entitled: quote mark Sources Sought for McNary Draft Tube Bulkheads. quote mark This is scheduled to be issued as a Firm Fixed Price contract. The purpose of this sources sought is to determine interest and capability of potential qualified 8(a) small businesses, Historically Underutilized Business Zone (HUBZONE) small businesses and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 332312. The Small Business size standard for this NAICS code is 500 employees. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS 1.Your intent to submit a proposal for this project when it is formally advertised 2.Name of firm with address, phone and point of contact. 3.CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information 4.The category of small business, such as 8(a), HUBZONE, or SDVOSB 5.Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in fabricating similar products, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. 6.Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the required paint application. This should include documentation of past specialized experience and technical competence in applying the specified vinyl paint system, or a list of high performance vinyl paint systems applied, up to three (3) past projects for which your firm was the contractor. The SOC should be no more than three pages in length. 7.Submit a copy of the AISC certificate indicating that the fabrication plant meets the specified AISC category requirements. 8.Submit a copy of the SSPC QP 3 or AISC/SPE quote mark Sophisticated Paint Endorsement quote mark Certificate verifying current certification under these requirements. Firms responding to this sources sought synopsis, 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 synopsis. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Julie Morris Walla Walla, WA 99362 Phone: (509) 527-7220 Fax: (509) 527-7801 E-mail (preferred): julie.m.morris@usace.army.mil Response deadline October 31, 2013 at 1:00 p.m. (Eastern time zone) Place of Performance U.S. Army Corps of Engineers, Walla Walla District McNary Dam 82790 Devore Road Umatilla, OR 97882-1441 Requirement description for McNary Draft Tube Bulkheads: Work is to fabricate and deliver two sets of stoplogs. Each set is comprised of 3 stoplogs, a top, middle and bottom. The stoplogs will be built from structural steel. The fabricator shall be certified under any of the following categories of AISC Certification programs: Building QMS Certification - Standard for Steel Building Structures (formerly Category STD); Bridge QMS Certification - Simple Steel Bridge Structures (formerly Category SBR), or Bridge QMS Certification - Major Steel Bridges (formerly Category CPT). Certifications under the former AISC Certification Program (Categories STD, SBR, or CPT) that are still current will be acceptable. The fabricator shall be certified on or before the date of award. Each stoplog is estimated to weigh approximately 20 tons. The top and middle stoplogs will be approximately 3 feet 3 inches wide, 6 feet 2 and a half inches high, and 35 feet 7 inches long. The bottom stoplogs will be approximately 3 feet 3 inches wide, 6 feet 5 and 11/16 inches high, and 35 feet 7 inches long. The stoplogs will be delivered to McNary Dam in Umatilla, OR. After the stoplogs are fabricated each stoplog will be painted with vinyl paint. Vinyl paints shall be spray applied, except that areas inaccessible to spraying shall be brushed. Airless-type equipment shall not be used for the application of vinyl paints. Documentation of certification shall be submitted for all coating thickness gages. Magnetic flux thickness gages as described in ASTM D7091 shall be used to make all coating thickness measurements on ferrous metal substrates. Paint shall have the composition as indicated in the formula V-766e, Vinyl-Type Gray Impacted Immersion Coating. The paint system number is 5-E-Z. The first coat of paint (primer) shall be VZ-108d, a zinc rich primer. The painting shall be performed by a qualified painting contractor. The Contractor shall be a certified SSPC QP 3 Painting Contractor. The American Institute of Steel Construction (AISC) administers a Quality Certification Program with an optional Sophisticated Paint Endorsement certification for steel fabrication shops who apply protective coatings prior to shipping steel to the field. SSPC accepts the AISC/SPE as an equal quote mark by intent quote mark to QP 3, with the exception of safety, health, and environmental compliance, which are not evaluated in the AISC program. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a firm as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. Respondents are advised that the Government be under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION and DO NOT SUBMIT OFFERS. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOps) website. It is the potential Offeror's responsibility to monitor FedBizOps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this notice. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-14-R-SS05/listing.html)
 
Place of Performance
Address: McNary Dam 82790 Devore Road Umatilla OR
Zip Code: 97882-1441
 
Record
SN03221499-W 20131026/131024233920-42c0e8d28458732447ff7e5cabe35377 (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.