Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2016 FBO #5264
SOURCES SOUGHT

Z -- Raw Water Piping Replacement, Norfork Powerhouse, Baxter County, AR

Notice Date
4/20/2016
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-16-R-0008
 
Archive Date
10/31/2016
 
Point of Contact
Marcus D. Mitchell, Phone: 5013401253
 
E-Mail Address
marcus.d.mitchell@usace.army.mil
(marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Raw Water Piping Replacement, Norfork Powerhouse, Baxter County, AR This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a requirement to replace the raw water piping at Norfrok Powerhouse in Baxter County, AR. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Contracting by Negotiations. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing work that includes the replacement of the raw water piping, lead-based paint abatement, asbestos abatement, insulating, painting and incidental related work. Work shall include but not be limited to the following: a. Replace turbine raw water piping feeding bearings, seal, packing box, and generator piping. This includes all valves, fittings, solenoid valves, flow switches, and modulating valve. The generator air coolers are to remain and reconnected to the new pipe. The electrical connects to the solenoid valves and flow switches will be new. b. The thrust bearing oil coolers will be replaced as an option including the piping to just outside the thrust pot. This work will be coordinated with powerhouse personnel to drop the thrust pot for access to the coolers. c. All raw water piping in plant shall be replaced. All hangers and supports in the penstock room (EL.370) shall be replaced and included in the bid price. All other hangers and supports shall be inspected, report files on condition, and replaced if approved by the Government. These hangers and supports shall be purchased using Miscellaneous CLIN items. d. All raw water supply piping in the plant, generator air cooler supply and discharge piping, thrust bearing supply and discharge piping, discharge piping from the air conditioning and power tunnel coolers, thrust bearing alternate supply piping, and generator cooling piping in penstock room shall be insulated. Insulation specification requires saddles to be installed on outside of the insulation. The old saddles shall be replaced if they do not meet the specifications. Some piping is being rerouted and that pipe will require new hangers and that cost shall in bid price. e. Lead-based paint abatement and painting shall be done only in areas where work is performed or where damage has occurred under this contract. Contractor shall take samples to determine if lead is present and create abatement plan accordingly. All ferrous shall be painted with Wasser Paint, or approved equal. f. Asbestos is expected in the pipe insulation and possibly wiring. Friable asbestos has been identified in gaskets. Contractor shall take samples to determine type and create abatement plan accordingly. h. Contractor shall perform all inspections and testing as required. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Estimated duration of the project is 365 calendar days. The North American Industry Classification System code for this procurement is 237110 which has a small business size standard of $36,500,000 The Standard Industrial Code is 1623 and The Federal Supply Code is Z2NE. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for specialty construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about August 4, 2016, and the estimated proposal due date will be on or about September 6, 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction contracts with a similar scope, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company 8. The Government recommended NAICS Code for this procurement is 237110. If you feel a better NAICS Code is available that is more applicable to this requirement, please provide a NAICS Code and explain why it is more applicable than the Government recommended NAICS Code. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 pm on 4 May 2016 All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Marcus Mitchell, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, marcus.d.mitchell@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-16-R-0008/listing.html)
 
Record
SN04089988-W 20160422/160420234446-b120cd9aef69f9c36746d346f4921635 (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.