SOURCES SOUGHT
Z -- Bonneville Dam Second Powerhouse Oil-Water Separator (OWS) systems
- Notice Date
- 2/23/2017
- 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
- W9127N-17-R-0059
- Point of Contact
- Thomas J. Cohick, Phone: 5038084615
- E-Mail Address
-
thomas.j.cohick@usace.army.mil
(thomas.j.cohick@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 1. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) plans to solicit a Construction contract for the purchase and installation of two new Oil-Water Separator (OWS) systems located at Bonneville Dam Second Powerhouse located near Cascade Locks, OR. The proposed project is anticipated to be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. 2. Acquisition Strategy Determination/Rule of Two (FAR 19.502-2(b)) This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of industry under NAICS 237990, to include: Small Business, Small Disadvantaged Businesses (SDB) to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman owned (WOSB) to include Economically Disadvantaged Woman Owed (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB). Firms from these socioeconomic categories are highly encouraged to respond. Note: NAICS 237990 is not an eligible NAICS for set aside to Woman owned (WOSB) to include Economically Disadvantaged Woman Owed (EDWOSB). 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to the installation of Oil-Water Separator (OWS) systems used in Hydroelectric facilities. Projects considered similar in scope to this project include new or renovated industrial facilities with emphasis on Mechanical, Electrical and Plumbing (MEP) required for new features. Work on hydropower or other power plants related to wastewater treatment are of particular interest. Two projects maximum will be accepted for review. Note: The Government will consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction The size standard: $36.5M Federal Service Code: Z2KA, Repair or Alteration of Dams Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement for the purchase and installation of two new OWS systems located at Bonneville Dam Second Powerhouse, located near Cascade Locks, OR. Installation of new OWS system, consisting of two Oil-Water Separators installed in the abandoned Ice and Trash Chute at Powerhouse 2 and new piping from 8 main unit head cover pumps and 2 fish unit head cover pumps. Each new OWS will be capable of processing the oil-water mixture from the 8 main units and 2 fish units of Powerhouse 2 (approx. 1250 gpm). The discharge of the OWS will contain less than 10 ppm of hydrocarbons. New piping, valves, lights, power, monitoring, and miscellaneous support equipment for the OWS will also be installed. Modifications will be made to the Ice and Trash Chute including erection of reinforced concrete wall, installation of a roof, and construction of new personnel and equipment access. Structural and mechanical modifications will also be made to the existing OWS at Powerhouse 2 to improve performance. Contract duration is estimated at 360 calendar days. The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) to Thomas J. Cohick, Contract Specialist, at thomas.j.cohick@usace.army.mil. Email MUST include SUBJECT: W9127N-17-R-0059 BN2 OWS. All responses MUST be received by 2:00 pm Pacific Standard Time Friday, March 3, 2017 to be considered. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. All successfully submitted responses will receive an acknowledgement by return email. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business/socioeconomic category or categories: Small Business, Small Disadvantaged to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small business (SDVOSB). Please list all that apply, including Woman owned (WOSB) to include Economically Disadvantaged Woman Owed (EDWOSB) though 237990 is not an eligible NAICS for a WOSB/EDWOSB set aside. c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Projects considered similar in scope to this project include new or renovated industrial facilities with emphasis on Mechanical, Electrical and Plumbing (MEP) required for new features. Work on hydropower or other power plants related to wastewater treatment are of particular interest. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The example projects should illustrate how the contractor is able to work safely following all OSHA fall protection guidelines, how the contractor is able to follow all OSHA hoisting and rigging regulations, and how the contractor can work cohesively with multiple agencies all while completing the project within project deadlines. The Government may verify available information in CPARS or PPIRS. 5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0059/listing.html)
- Place of Performance
- Address: Bonneville Powerhouse 2, Cascade Locks, Oregon, 97014, United States
- Zip Code: 97014
- Zip Code: 97014
- Record
- SN04411864-W 20170225/170223234403-230a545b18f64162376d44a554be08c3 (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 |