Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2014 FBO #4740
SOURCES SOUGHT

J -- Action Code: Request for Information

Notice Date
11/14/2014
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-15-Z-0002
 
Response Due
11/20/2014
 
Archive Date
1/13/2015
 
Point of Contact
Robert W. Hutcheon, (215) 656-2291
 
E-Mail Address
USACE District, Philadelphia
(robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description of Work: 1.0 INTENT OF POSTING In accordance with FAR 52.215-3 this is a Request for Information (RFI) and all responses will be treated as information only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. The Government does NOT intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. This RFI is being conducted to receive feedback from the industry on the DRAFT Performance Work Statement (PWS), see attachment, which will be used for the planning purposes of a future solicitation. The feedback received will be evaluated and taken under consideration. It is NOT the intent that all information received will be incorporated into the solicitation; rather it will be used as a tool to improve the PWS. 2.0 SUMMARY OF WORK The Army Corps of Engineers, Philadelphia District, is interested in awarding (1) Firm Fixed Price (FFP) contract for the contractor to furnish all labor, materials, plant and equipment and perform all operations required for repair of the water supply valve located in the intake tower at Blue Marsh Dam. This includes the in water, diver required, removal of the defective/damaged stem all measurements necessary to replicate the stem and the in water, diver performed, replacement of the stem. The manufacture of the replacement stem must be accomplished by a qualified machine and tool enterprise. The water supply valve is currently not operable since the 3-inch diameter stainless steel stem and associated parts that operate the valve were damaged and need to be replaced. A summary of work to be performed is as follows: 1)Replace the middle portion of the stainless steel stem (approximately 21'-0 quote mark ), two stem splices with set screws, and six stem guides and associated anchor bolts. The contractor shall remove the top portion of the stainless steel stem (approx 13'-8 quote mark ) and take it off site to have it measured for straightness. The contractor shall submit a report outlining the condition of the upper portion of the stem. Two anchor bolts attach the existing stem guides to the concrete wall. The existing anchor bolts shall be cut flush to the wall. Four anchor bolts are required to be installed for each new stem guide. The new anchor bolts are required to be installed at a minimum of 4 inches away from the anchor bolts to be left in place. This will require the position of the stem guides to be shifted. The stem guides shall be spaced a minimum of 7'-0 quote mark apart. All work is required to take place under water. The Contractor shall comply fully with all requirements for diving operations stated in Section 30 of the Corps of Engineers Manual EM 385-1-1, entitled quote mark Safety and Health Requirements Manual quote mark. 2)The contractor shall furnish an optional bid price to replace the upper portion of the stainless steel stem. The contracting officer will have 90 days after notice to proceed to exercise the option. If this option is not exercised, the contractor shall install the existing stem; 3)The new stainless steel stem and splices shall match the exact dimensions of the existing components. The contractor is required to remove these items prior to fabrication. The contractor shall be fully responsible for conducting accurate measurements of existing conditions to ensure successful fabrication of the components and for proper operation of the gate; 4)The contractor is responsible to install all components and bring the water supply valve back into operation. After installation of all components, the contractor shall have a representative that is qualified with the operation and maintenance of the existing Limitorque motor and shall properly adjust both the travel and torque limits on the motor to prevent damage to the stem assembly during operation. The period of performance will be for a ninety days from the notice to proceed. 3.0 REQUESTED INFORMATION A) Clarity of the requirement: Is the requirement clear and concise? From the information provided in the PWS will the industry be able to provide a firm fixed price offer? If no, provide areas of uncertainty. B) Omissions: Provide commentary on any omissions that may have been overlooked during the drafting of the PWS. C) Concerns: Provide any concerns that you, as an offeror, may have with the draft PWS. D) General Comments: Provide any additional comments relevant to the draft PWS. All information not related to the draft PWS will not be taken into consideration. 4.0 SUBMISSION INSTRUCTIONS Responses to this Request for Information announcement will be used for the planning purposes of a future solicitation by the Government. It is NOT the intent that all information received will be incorporated into the solicitation; rather it will be used as a tool to improve the PWS. All responses shall be written in a narrative format that shall not exceed 3 pages. If an interested offeror submits a narrative longer than 3 pages, information on those additional pages will not be taken into consideration. The narrative shall be typed and written in Times New Roman 10-12 PT Font. All submissions shall be in English. The following format shall be utilized. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Small Business Status B. Clarity of Requirement: Yes/No 1. Uncertainty 1: Paragraph (i.e 1.3.3 Site Specific Documentation)- Explanation of uncertainty. 2. Uncertainty 2: Paragraph (i.e 1.3.3 Site Specific Documentation)- Explanation of uncertainty. 3. etc... C. Omissions: 1. Omission 1: Paragraph (i.e 1.3.3 Site Specific Documentation, if applicable)- Describe omission. 2. Omission 2: Paragraph (i.e 1.3.3 Site Specific Documentation, if applicable)- Describe omission. 3. etc... D. Concerns: 1. Concern 1: Paragraph (i.e 1.3.3 Site Specific Documentation, if applicable)- Describe concern. 2. Concern 2: Paragraph (i.e 1.3.3 Site Specific Documentation, if applicable)- Describe concern. 3. etc... E. General Comments: Provide a narrative in bullet format of any additional comments pertaining to the draft PWS. Responses shall be submitted electronically via e-mail to Robert Hutcheon at robert.w.hutcheon@usace.army.mil or mail to the below address for receipt on or before 20 November 2014, 2:00 PM EST. U.S. Army Corps of Engineers, Philadelphia Attn: Robert Hutcheon CENAP-CT-S Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3390
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-Z-0002/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03573946-W 20141116/141114234901-b727ef017a0b28fe792919f99f05bc2d (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.