Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
SOURCES SOUGHT

Z -- SOURCES SOUGHT SYNOPSIS for Spillway Gate Lifecycle Maintenance at Chief Joseph Dam

Notice Date
4/3/2014
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD940168424
 
Response Due
4/18/2014
 
Archive Date
6/2/2014
 
Point of Contact
Jenny J. Scroggins, 206-764-6696
 
E-Mail Address
USACE District, Seattle
(jennifer.j.scroggins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A Request for Proposals (RFP), Quotations (RFQ) or Bids (IFB). NO SOLICITATION IS CURRENTLY AVAILABLE. This is NOT a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one (1) year from the date of this notice. The proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Section 8(a), and Historically Underutilized Business Zones (HUB-Zone) Prime Contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 237110, Other Heavy and Civil Engineering Construction; small business size standard is $33.5 Million. The Federal Service Code (FSC) is Z1KA. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. The Prime Contractor, in accordance with FAR clause 52.219-14 Limitations on Subcontracting paragraph (c)(4) Construction by special trade contractors, will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The U.S. Army Corps of Engineers - Seattle District requires the lifecycle maintenance on the 19 spillway gates at Chief Joseph Dam. The following is a brief description of the proposed project: OVERVIEW: Chief Joseph Dam has 19 spillway gates measuring approximately 60 feet tall by 35 feet wide. The work described below will be accomplished on all 19 gates: WIRE ROPE: Contractor will replace the two (2) assemblies (one on each side of each spillway gate) of stainless steel wire rope for all 19 spillway gates that are used to hoist the gates. Chief Joseph Dam will supply wire rope assemblies for eight (8) of the spillway gates, or a total of 16 assemblies of stainless steel wire rope. Contractor will furnish wire rope for remaining 11 gates, or 22 total assemblies, and any other equipment or material required to complete the work. GATE SEALS: Contractor will furnish all material and equipment necessary for replacing the side and bottom seals on all 19 spillway gates including all seal hardware and gaskets. SPILLWAY GATE RECOATING: Contractor will erect a containment structure within each spillway and sand blast the upstream side of all 19 spillway gates and recoat with specified paint types. Containment of debris structure erecting work is required to complete this task because of over the water work. Recoating work also includes miscellaneous weld repairs identified by the Government on the gates. GEAR AND GEARBOX INSPECTIONS AND MACHINERY REHABILITATION: Contractor will partially disassemble spillway gate hoist machinery to inspect gears and gearboxes. Seals and bearings will be replaced in large gearboxes. Small gearboxes, couplings, and bearings will be replaced. Machinery and covers will be repainted. SPILLWAY RAIL AND TROLLEY SYSTEM: (Design-build item) Contractor will design and fabricate rail system and trolley systems for 19 spillway gates. Anticipate 38 beams to compose rail system, two (2) motorized trolleys for moving Government-furnished hoists, and two (2) non-motorized hoists for fall restraint attachments. Design shall allow for easy removal and installation of trolley from one spillway gate to another. CATHODIC PROTECTION: Install sacrificial anodes on 19 spillway gates. Work includes welding on connections and bolting on anodes. SEAL HEATERS: Remove oil from oil seal heaters, flush systems, and replace with new fluid. Anticipate a total of 600 gallons of seal heating oil in three (3) separate systems. In addition, replace insulation in some areas, fabricate pipe guards and oil catch pans, and inspect pipe insulation. TRUNNION BACKING BARS (OPTIONAL): Contractor will remove weld backing bars installed on the downstream side of the spillway gates. Work will be cutting and removing backing bars and repairing welds in constrained areas. WELD REPAIRS (OPTIONAL): Based on inspections, and as part of the spillway gate recoating process, weld repair work may be identified to repair damaged welds on the spillway gates. These repairs would be completed ahead of spillway gate recoating. IAW FAR 36.204, the estimated magnitude of construction is between $5 and $10 million. *REQUIREMENTS* Interested firms should submit capabilities package, limited to five (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, CAGE code and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's in-house capability to execute design and construction, comparable work performed within the past five (5) years. Provide three (3) examples of past projects as the Prime Contractor that are of similar scope, size, and complexity completed within the last five (5) years. Examples should include: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; b. Description of experience sand-blasting and recoating hydraulic steel structures in-place, including erecting scaffolding and containment structures; c. Description of experience disassembling, inspecting, and rehabilitating hoist machinery and/or motor gear boxes used for hoisting/lifting. 4. Firm's Joint Venture Information, if applicable (existing and potential) 5. Firm's small business category and business size (SB, SDB, WOSB, SDVOSB, HUB Zone, or 8(a). 6. Firm's Bonding Capability: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. SUBMIT TO: Responses to this Sources Sought Announcement should be received as soon as possible but no later than 2:00 pm (Pacific Time) on 18 April 2014. The responses should be forwarded to the attention of Jenny Scroggins, Contract Specialist, by email: Jennifer.J.Scroggins@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD940168424/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03328168-W 20140405/140403235800-054010738aee90a8cbfeda1dcc8d7321 (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.