SOLICITATION NOTICE
Z -- Refurbishment, sandblasting, inspection repair, and painting of Gates and Bulkhead assemblies, located at Truman Dam, Warsaw, Missouri.
- Notice Date
- 3/25/2015
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ15R1001
- Response Due
- 5/27/2015
- Archive Date
- 6/26/2015
- Point of Contact
- Andre D. Vasseur, 816-389-3435
- E-Mail Address
-
USACE District, Kansas City
(andre.d.vasseur@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Firm Fixed Price Construction type contract for Refurbishment, sandblasting, inspection repair, and painting of Gates and Bulkhead assemblies, located at Truman Dam, Warsaw, Missouri. The general scope of work includes, but is not limited to the removal of the gates and bulkhead assemblies from their locations in the spillway gate slots, disassembly of the hydraulic hoist for the intake gates removal of the miscellaneous seals or roller chains, media blasting the gate or bulkhead structure, weld inspection, repair of deficient welds (if necessary), repainting of the entire structure, installation of a new j-bulb seal and re-installation of bulkhead into gate slot within spillway and reassembling the hydraulic hoist and installation of the gate.. The work in this contract requires expertise with portable cranes and rigging of large steel structures, experience with heavy construction activities, inspection of welds by a certified weld inspector, weld repair standards using pre-qualified weld procedures, with the possibility of having to qualify a weld procedure, precision machine work on both large and small components, media blasting and application of a vinyl paint system (applicator certified to SSPC-QP1 standards), experience with removal of lead based paint (certified to SSPC-QP2 standards), experience with rebuilding of large hydraulic cylinders and expertise in working in confined spaces (meeting OSHA requirements). At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the pre- solicitation announcement will be modified accordingly At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. The solicitation will include the following known options: Optional Weld Repair Lifting Beam Option Draft Tube Bulkhead - Disassemble; Inspect; Paint Optional Weld Repair Draft Tube Bulkhead If the option schedule is changed prior to release of the solicitation, the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitation, the solicitation will be amended accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is): __X__Between $5,000,000 and $10,000,000 This solicitation will be issued as a Request for Proposal (RFP) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is One Thousand, One Hundred and Twenty-Five (1,125) calendar days from Notice to Proceed (NTP). The solicitation will be available on or about 9 April 2015 on the FedBizOps website at www.fbo.gov. The Bids will be due on or about 27 May 2015. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value. The following significant evaluation factors will be used as the basis for award. The non-price factors are Weld Qualifications and Experience, Paint Qualifications and Experience, Construction Sequence/Schedule, Past Performance, and Utilization of Small Business. The price factor will be evaluated to determine fair and reasonableness. The solicitation will include a detailed list of evaluation factors, including any sub-factors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. The North American Industry Classification System (NAICS) code for this project is 237990, with a size standard of $33,500,000.00. For the purpose of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are : Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document at the referenced website. If you experience any difficulties you may need to adjust your firewall or security measures on your computer. Please do not call requesting additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received. All vendors must register in the System for Award Management (SAM) in order to access solicitations or receive a government contract award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. POINTS-OF-CONTACT: The point-of-contact for technical questions is Mr. Michael Chirpich at (816)389-3452 or by email at Michael.c.chirpich@usace.army.mil. The point-of-contact for contractual questions is Mr. Andre Vasseur. Mr. Vasseur can be reached at 816-389-3435 or by e-mail at andre.d.vasseur@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ15R1001/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN03679393-W 20150327/150325235844-4f885ff04ede825a95678041d6bdb531 (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 |