SOURCES SOUGHT
Z -- Hills Creek Oil Spill Prevention System
- Notice Date
- 2/22/2017
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N17R0060
- Archive Date
- 3/18/2017
- Point of Contact
- Kathryn A Newhouse, Phone: 503-808-4620
- E-Mail Address
-
Kathryn.A.Newhouse@usace.army.mil
(Kathryn.A.Newhouse@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. General. This is a SOURCES SOUGHT Notice and is for informational/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. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for Oil Spill Prevention System at Hills Creek Reservoir, U.S. Army Corps of Engineers (USACE), at the Willamette Valley Project. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make an acquisition strategy decision, including, if appropriate, a decision to set this acquisition aside for small businesses. North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction (Size Standard: $36.5M) Federal Service Code: Z2KA, Repair or Alteration of Dams Anticipated Magnitude of Construction: $1,000,000 to $5,000,000 3. Description of Work. The Hills Creek Oil Spill Prevention System project includes installation of equipment and modification of existing systems to meet oil spill prevention goals at the Hills Creek project site. This work includes: a.Demolition and removal of the existing oil/water separator (OWS) vaults and installation of a new OWS that meets the required specification. b.Separation of the combined powerhouse unwatering and drainage sump with a cast-in-place concrete dividing wall. c.Installation of new drainage pumps, piping, and sump controls. d.Modifications to existing sump piping. e.Installation of new hydrocarbon detectors in the new sumps and a belt skimmer for removal of oil from the drainage sump. f.Modification of the existing intake tower drain exposed in the powerhouse lower gallery to provide secondary containment for oil filled operating equipment. g.Replacement of the existing pressure relief device (PRD) on the main unit step up transformer with a directional PRD to prevent oil releases and mitigate the risk of oil spills and fire/explosion. h.Installation of a new underground vault with valves to isolate the discharge of the OWS. i.Repair of the existing concrete diesel containment pit in the intake tower. j.Installation of a hydrocarbon meter, temperature probe, and flow meter for future NPDES permit compliance. k.New underground utilities for power and controls between the powerhouse and the new OWS. The work in the sump will require an "in-water work period" that involves tagging out both main generating units at HCR to allow safe work clearances. This work has been pre-coordinated and must take place between April and May 2018 to avoid conflicts with long-term transmission line maintenance. The rest of the work outside the sump can be performed either before or after the in-water work period. Anticipated award date would be in or around November 2017. 4. Additional Information No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The official solicitation citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov). Firms are invited to register electronically with fbo.gov to receive a copy of the solicitation when it is issued. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the business members of the industry, to include: Small Businesses, Small Disadvantaged Businesses including 8(a) firms, Historically Underutilized Business Zone (HUBZone) Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). All categories are highly encouraged to respond. Respondents will not be notified of the results of the evaluation. 5. Required Information to be included in Response. Interested Firm's shall respond to this SOURCES SOUGHT no later than 14:00 Pacific Standard Time (PST), 3 March 2017. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to Kathryn A. Newhouse, Kathryn.A.Newhouse@usace.army.mil. EMAIL IS THE ONLY ACCEPTABLE METHOD FOR RECEIVING RESPONSES TO THIS SOURCES SOUGHT. Please put in the subject line of the email: W9127N-17-R-0060 HC Oil Spill Prevention SS Responses to this SOURCES SOUGHT shall include the following information: a. Firm's name, address, point of contact, phone number, and email address. b. Firm's interest in bidding on the solicitation when it is issued. c. Firm's capability/experiences performing a contract of this magnitude and complexity, including comparable work performed to include: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project provide at least two (2) recent examples. d. Firm's business category and size, including CAGE/DUNs number. 6. For technical questions, please contact Kathryn A. Newhouse, Kathryn.A.Newhouse@usace.army.mil. Responses that fail to provide the above requested information will not be used to assist the Government in making the acquisition decision, as is the intent of this SOURCES SOUGHT announcement. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at Carol.A.Mcintyre@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N17R0060/listing.html)
- Place of Performance
- Address: Hills Creek Dam, 4 Miles Southwest of the city Oakridge, Lane County, Oregon, United States
- Record
- SN04410742-W 20170224/170222235028-0e06a57fc095ce9003b5404dda36276d (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 |