Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2013 FBO #4388
SOURCES SOUGHT

Z -- Fall Creek Dam requires the preparation and performance of a visual CCTV/video inspection, and if required, the cleaning, debris removal of steel pipes.

Notice Date
11/27/2013
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-14-Q-0004
 
Response Due
12/3/2013
 
Archive Date
1/26/2014
 
Point of Contact
Stephen Yoder, 503-808-4613
 
E-Mail Address
USACE District, Portland
(stephen.m.yoder@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is 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 a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential businesses. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The U.S. Army Corps of Engineers, Portland District is seeking sources to provide personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to access, prepare and perform the visual CCTV/video inspection, and if required, the cleaning, debris removal and a second, subsequent visual inspection of the Fall Creek Fish Facility water supply system, Fall Creek Dam, Lane County, OR 97452. This also establishes a baseline of existing pipeline interior conditions. For accessing the piping interior, there are various potential spots for hole-cutting and valve fitting removal. These could include upstream cut pipe holes, use of the upstream vent pipes, the open Fish Horns, removal of the three downstream control valves [24 quote mark, 20 quote mark, 18 quote mark ], downstream cut pipe holes, use of the downstream diffuser openings and removal of the downstream-most flanged bend/fittings. under NAICS Code 541990 - All Other Professional, Scientific and Technical Services. The piping system's reliability and adequacy will be determined from the supplied inspection data and report, for the three (3) steel unpainted pipes and associated piping, generally shown on drawings FLD-3-1, FLD-3-2, FLD-3-3 and FLD-2-8. (Drawings Available on Request) The 1960's piping system is about 1100+ ft. long with bends, reducers, gate valves [up to 24 inches] and other fittings. The drawings are available upon request. The nominal pipe diameters are 18 quote mark, 24 quote mark and 30 quote mark with varying wall thicknesses, but expected to be generally about 0.375 quote mark less rust and corrosion. The contractor shall perform to the standards in the contract and comply with all local, state, and federal regulations and safety and environmental protection requirements, including EM385- quote mark Safety - Safety and Health Requirements quote mark. EM 385 also requires a site-specific Project Management Plan (PMP) prior to starting work on-site. The PMP shall show that one pipe at a time is to be inspected before proceeding to the next pipe and then the final pipe. In order to familiarize the Vendor(s) with the site and characteristics, a site visit with USACE staff is required. The site visit date will be Dec. 5, 2013 at 10am. There will be no further visits for sub-contractors. For the site visit, USACE will require submittal of the names of firm personnel, sub-contractor personnel and indication if a US Citizen or if a foreigner with country of citizenship. The primary purpose of this contract is to conduct a CCTV/video of the interior of the pipes and piping system. This will be used to determine if the secondary inspection is undertaken. The decision to perform a secondary inspection is an option and must be authorized in writing by USACE. The secondary purpose of this contract is to obtain quantitative measurements of the pipe shell, (and pipe geometric measurements), and of overall condition of the piping shell following cleaning in order to evaluate the suitability of its continued use, as a water supply line for the Fish Facility. The Fish Facility utilizes the flow of water from the Fish Horns and conveying pipes beneath the Fall Creek Dam. The report will make pipe rehab recommendations/alternatives/options based on the qualitative/quantitative inspection findings and visual examination of the pipe interior by video/TV. Valving and other appurtenances shall likewise be visually inspected and video recorded. The inspection equipment shall be capable of furnish X, Y, Z locations as it traverses the piping system. This information will also be recorded digitally, furnished on disks as well as the report and report-inspection data. Report format shall be in MS WORD and in general compatible with the MS Office software suite. PDF format from Adobe and Micro-Station for drawings/sketches are also acceptable. Numerical data shall be furnished in ASCII format for digital readability. The Contractor will perform any and all disassembly, lifting, storing and re-assembly: this includes (as needed) the downstream vault gate valves/pipes, discharge point at the supply pool, removal of the downstream-most bend and/or other appurtenances to gain interior pipe access at the toe of the embankment dam and elsewhere. On the downstream end near the dam toe, a low spot exists in the piping that may require Contractor pumping. Water is expected in this location in any case. The Contractors equipment shall be suitable to perform the work in this wet environment and elsewhere. For disassembly and re-assembly of the piping/valves for access into pipes, certified/qualified and experienced personnel per recognized standards such as AWS. The resumes of the Contractors staff with experience shall be submitted as part of the other submittals. This applies to plumbing/mechanical workers, pipe-fitters, painters, electricians, crane operators, welders, iron workers, etc. Compliance with codes such as the IBC, International Plumbing Code etc. is imperative. For example all gaskets in disassembled piping/fittings should be replaced. New bolts and nuts should be re-installed following requirements of the tightening sequence and intermediate and final torque valves. Bolt/nut material certifications should be submitted for approval. Following reassembly the valves/pipes must be functionally tested and piping system tested and checked for leaks. The piping system and fish horn valves may have incidentally leaked in the past. For emergency valve removal in the vault and work on other downstream appurtenances, Contractor-supplied pumps shall be available on standby to keep work areas reasonably dry, and avoid flooding the vault, etc.. Contractor is to supply any and all needed cranes & certified personnel. Removal & reinstallation of the emergency valves and other appurtenance shall conform to industry standards and accepted practices including electrical work. Removal of the emergency valves requires electrically unwiring and re-wiring by a qualified electrician. Ladders, climbing device to assist entry and exit by individuals from the Emergency Valve Vault and spotters are to be provided by the Contractor. The Contractor, however, shall provide ladders, access devices, cranes or other lifting/access equipment, as may be needed. Contractor is to provide safety spotters also. USACE requires submittal of a Lift Plan for crane use conforming to USACE requirements. USACE is to approve the Lift Plan. CAPABILITES The contractor must meet the following criteria: Contractor must have a minimum of 5 years experience in pipe inspection, pigging and developing pipe rehab/restoration approaches/designs. The Contractor shall have performed at least three similar pipe inspections in the past. A client/owner list with phone numbers shall be furnished to include these three similar pipe or penstock inspections. SCHEDULE: The Government intends to advertise a solicitation for this project in early December 2013 and award the contract in mid December 2013. The inspection must be completed No Later Than (NLT) 1 February 2014. SITE VISIT: 5-DECEMBER-2013 at 10am US Army Corps of Engineers 40386 W Boundary Rd - Lookout Point HQ Bldg. Lowell, OR 97452 (541) 937-2131 https://maps.google.com/maps?expflags=enable_star_based_justifications:true&ie=UTF8&cid=6106036166980318142&q=US+Army+Corps+of+Engineers&iwloc=A&gl=US&hl=en Submission Requirements for Responses to This Sources Sought Synopsis 1. A statement of your intent to submit a proposal for this project when it is formally advertised. 2. Name address, phone and point of contact of firm. 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 if applicable. 5. Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work 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. 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 is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Proprietary, classified, confidential, or sensitive information should not 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 combined synopsis/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. A SOLICITATION IS INTENDED TO BE ISSUED PRIOR TO THE SITE VISIT, 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 Where to send responses and requests. U.S. Army Corps of Engineers ATTN: CECT-NWP-S / Stephen Yoder E-mail (preferred): stephen.m.yoder@usace.army.mil Response deadline: December 03, 2013 at 1:00 p.m. (Pacific time zone) Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business Carol McIntyre Direct: 503-808-4602 Email: carol.a.mcintyre@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-14-Q-0004/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN03242263-W 20131129/131127234117-3ee88c9ed78fd7a4ca6d78c74ae123ac (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.