Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2015 FBO #4904
SOURCES SOUGHT

Y -- Libby Dam Powerhouse Roof Replacement, Lincoln County, Montana

Notice Date
4/27/2015
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD951113187
 
Response Due
5/5/2015
 
Archive Date
6/26/2015
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Contract Specialist Caroline Mueller at caroline.b.mueller@usace.army.mil US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: Libby Dam Powerhouse Roof Replacement, located in Lincoln County, Montana. Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $1 Million and $5 Million. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238160, Roofing Contractors, and the associated small business size standard is $15,000,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 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. 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 Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Summary of Scope of Work (SOW): OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires replacement of the Powerhouse Roof at Libby Dam. Work includes complete removal of the existing membrane and a partial tear-off of existing insulation. Construction will also include installation of new fall protection on the roof. Project work area access is restricted by the adjacency of the Powerhouse to the Kootenai River and the dam and includes restrictions on the use of cranes, lifts and other equipment in the proximity of energized overhead transmission lines, transformers and transformer bus lines. Contractor will be required to construct temporary stairs and scaffold as needed for personnel, equipment and material access to the roof surfaces. Work consists of: DEMOLITION/DECONSTRUCTION: Total removal of existing single ply roofing membrane, walkway mats, roof flashing materials and joint coverings from the entire powerhouse, approximately 44,000 square feet of roof surface area. Removal of loose and degraded elastomeric coating applied to concrete surfaces of the downstream parapet wall. ROOF CONSTRUCTION: Installation of the roof membrane with a fully adhered ethylene propylene diene terpolymer (EPDM) single ply membrane over new roof cover board and associated membrane and stainless steel flashing, including joint covers. Reapplication of elastomeric coating to concrete surfaces on the downstream parapet wall. FALL PROTECTION: Installation of a continuous Horizontal Lifeline (HLL) fall protection system composed of cable and anchor points along the length (approximately 570 lineal feet) of the top of the downstream parapet wall. Installation of a guardrail system along the length of the upstream edge of the Powerhouse roof and at open edges of the four lean-to structures on the upstream face of the Powerhouse. Guardrail system includes incorporation of electrical grounding and connection to existing Powerhouse grounding system. Installation of permanent, fixed ladders on each of the lean-to structures. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1.Firm's name, address (mailing and URL), point of contact, phone number, email address. 2.Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3.Three (3) to five (5) examples of past projects as the Prime Contractor for roof replacement of similar size, complexity and scope completed within the last five years. Examples should include the following information: a.A description of the project, customer name, timeliness of performance, and dollar value of each project; b.Description of experience demonstrating installation of fully adhered EPDM single ply membrane; c.Description of experience erecting temporary scaffolding and/or support structures; d.Description of experience applying elastomeric coating to concrete surfaces. 4.Firm's interest in bidding on the solicitation if issued. 5.CAGE code and DUNS number. 6.Firm's Joint Venture Information, if applicable. 7.Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate 8.Of the total proposed SOW, estimate the percentage (%) to be performed by Small Businesses and Other Than Small Businesses (large business). 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 an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 5 May 2015. Submit responses to the attention of Caroline Mueller, Contract Specialist, by email: caroline.b.mueller@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/W68MD951113187/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03712165-W 20150429/150427235235-c96a56249544bf89f0a28543b6c15d16 (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.