SOLICITATION NOTICE
J -- Repair of Water Supply Valve at Blue Marsh Dam in Leesport, PA
- Notice Date
- 11/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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-T-0009
- Response Due
- 12/19/2014
- Archive Date
- 1/25/2015
- 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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SYNOPSIS: Description of Work: 1.0 INTENT OF POSTING I In accordance with FAR Part 12, The U.S. Army Corps of Engineers, Philadelphia Engineering District, intends to issue a Lowest Piece-Technically Acceptable, Firm, Fixed Price (FFP) contract for the Repair of Water Supply Valve at Blue Marsh Dam in Leesport, PA. The offer for services will include all travel expenses of the contractor as included in the contractors quote. Transportation and lodging are not separate from the FFP quote. Award determination is Lowest Price-Technically Acceptable. 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. Final testing will be accomplished with a technically qualified representative of the automatic valve operator. 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. 5)The period of performance will be for one hundred twenty days (120) from the notice to proceed. 3.0 Evaluation Factors A.Technical - A technically acceptable response will be one that provides sufficient description of the contractor's management process that will combine two skills, diving and machine shop, that will provide a low risk solution to the management and fulfillment of this requirement. B.Past Performance - Past Performance for similar or salient actions from the past five years. At least three relevant examples should be offered. C.Price. - Firm, Fixed Price for delivered, operable and accepted end product. 4.0 SUBMISSION INSTRUCTIONS All responses shall be written in a narrative format that shall not exceed 10 pages. 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 5. POC - Primary contact name, telephone number and e-mail address. This person should be the decision maker and capable of contractually obligating the company. 6. Background or brief history of the company. B. A dissertation of the contractor's understanding of the repair and detailed description on how the contractor will repair the stem. The description will be through in the actions that the contractor will take to manage the project and reduce the risk of failure. Discussions of potential failures and subsequent recovery from the failure will determine the contractor's understanding of all of the risks involved and methods of mitigation. C. If desired, possible alternatives to the scope of work that would reduce price, risk or both. A Request for Quote (RFQ) number W912BU-15-T-0009 (the solicitation) is a separate attachment with a closing date of 19 December 2014 at 10:00 AM (EST). Hard copies will not be available and telephonic, written or fax requests will not be accepted. The official media for distribution of this RFQ is Federal Business Opportunities (FBO). Contractors may download the Combined Synopsis/Solicitation (including any drawings) and any amendments via the FBO web site at www.fbo.gov. It is the Offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. One (1) copy of the Offeror's proposal will be delivered to a Robert.w.hutcheon@usace.army.mil or FAX at (215) 656-6780. All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Additional instructions will be included in the solicitation. Also, firms who receive a Federal contract in excess of $30,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.va.gov. 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 19 December 2014, 10:00AM 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-T-0009/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN03582857-W 20141128/141126234250-5531a815a216ba850dd9739939c559af (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 |