SOURCES SOUGHT
Z -- RAYSTOWN DAM PHASE II AND III GATE REPAIR
- Notice Date
- 4/17/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-S-0021
- Response Due
- 5/5/2014
- Archive Date
- 6/16/2014
- Point of Contact
- Peter G. Zizos, 410-962-5611
- E-Mail Address
-
USACE District, Baltimore
(peter.g.zizos@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RAYSTOWN DAM PHASE II AND III GATE REPAIR SOURCES SOUGHT NOTICE This is a Sources Sought Notice requesting capability statements from all qualified and interested parties. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Potential candidates responding to this sources sought request should provide information as to previous jobs that are comparable to the one described. Submitted Capabilities Statements should contain expertise, equipment, personnel, a point of contact and bonding limits. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest and capabilities statements from CONSTRUCTION CONTRACTORS interested in performing work on potential construction/repair for the skin plate delamination, cathodic protection, and seal replacement on the tainter gates at Raystown Dam located in Huntingdon County, South Central Pennsylvania. Approximate coordinates at the project site are 40 25' 50 quote mark N, 78 0' 15 quote mark W. The estimated price of the construction project is between $500,000.00 and $1,000,000.00. The NAICS Ccode is 237990, Other Heavy and Civil Engineering, Small Business Size Standard $33.5 million. NO SOLICITATION IS CURRENTLY AVAILABLE. Plans, specifications or drawings will accompany the solicitation, when posted. Project Description: The project requires the repair of delaminated skin plate, cathodic protection, pitting repairs and the installation of Government furnished seals for tainter gates at the Raystown Dam. The Contractor will dewater the gates using Government furnished stoplogs to perform the work. Interested Sources shall have experience performing or subcontracting the following: * Certified welding under AWS D1.1 * Installer must participate in AISC Certification program and be designated an AISC Certified Erector, Category ACSE at time of bid. Must be able to operate a crane. * Fabricator must participate in the AISC Certification program and be designated an AISC Certified Plant, Category STD at time of bid. * Certified Welding Inspector with a minimum of 5 years experience. * Have a minimum of one person who is certified in accordance with: ASNT SNT-TC-1A NDT Level II. * All certified personnel performing NDT shall be supervised by personnel possessing a Level III ASNT NDT certification. * Painter must possess a valid SSPC QP1 Certification (Field Application to Complex Industrial and Marine Structures). * Shop must have the ability to roll the cover plate to the radius of the existing skin plate. * Must have access to and ability to operate a crane, welding blanket and have access to a dive team to assist with the erection/removal of the stoplogs. * Corrosion expert must be certified by NACE International as a NACE certified Corrosion Specialist or a NACE certified Cathodic Protection (CP) Specialist or be a registered professional engineer who has certification or licensing that includes education and experience in corrosion control of submerged metallic structures. All must have a minimum of 5 years experience with Cathodic Protection. All contractor employees working at the project site must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements, under no exceptions, must be met in order for personnel to be granted access to the project site. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for civil works construction projects. Businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value and in a similar type of environment. Prime contractors must be experienced with repair and rehabilitation of dam systems or similar systems and must perform at least 20 percent of the work including the administration of the project. If qualifying under small business, then contractors must state their small business status for consideration as SMALL BUSINESS. The Small Business Size Standard is $33.5 million for NAICS 237990, Other Heavy and Civil Engineering. Point of Contact: Peter G. Zizos Peter.G.Zizos@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0021/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03341907-W 20140419/140417235406-9e342156d098063dc02614b0902c2941 (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 |