Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
SOLICITATION NOTICE

R -- PLANNED SOLE SOURCE CONTRACT WITH SMITH ROOT, INC FOR THE INSTALLATION OF ELECTRONIC PULSE GENERATING SYSTEMS & ELECTRONIC COMPONENTS AT THE CHICAGO SANITARY AND SHIP CANAL AQUATIC NUISANCE SPECIES NEW PERMANENT BARRIER I, ROMEOVILLE, IL

Notice Date
6/28/2017
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 231 South LaSalle Street, Suite 1500, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
W912P6-17-R-0008
 
Point of Contact
W. Dale Dewar, Phone: 3128465370, Regina G. Blair, Phone: 312-846-5371
 
E-Mail Address
wesley.d.dewar@usace.army.mil, regina.g.blair@usace.army.mil
(wesley.d.dewar@usace.army.mil, regina.g.blair@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Notice and in accordance with the provisions of FAR 6.302-1, the Chicago District, US Army Corps of Engineers, announces its intention to award a sole source contract to Smith Root Incorporated (SRI) of Vancouver, Washington, for the purpose of installing electronics equipment, controls, and power distribution, whereby, SRI will integrate their uniquely designed and patented pulse generators to enable the proper operation of the new Permanent Barrier I electronic systems that were acquired under the previously awarded USACE Contract No. W912P6-13-C-0024. This contract also includes installation of control devices electrical power distribution equipment associated with the pulse generating systems. Under a previously awarded contract to SRI, the company supplied equipment for use in a pulse-generating system including rectifiers, high-speed switches and other electrical distribution devices, which are customized and are considered the only ones of its type capable of meeting the demands of the Dispersal Barrier technology. Under the current intended contract, SRI will be required to install two pulse-generating systems in Permanent Barrier I (one for each set of electrodes on the bottom of the CSSC) and complete all testing and commissioning to verify that the pulse-generating systems are operating correctly. This installation effort will include retrieval of the equipment currently in storage that was acquired via the previous contract, acquisition of other equipment as needed, installation and connection of all the equipment in the Permanent Barrier I building, and programming and installation of all computer control systems necessary to integrate all of the equipment so it operates as one unified pulse-generating system. The contract will also require commissioning of the pulse-generating system, complete documentation of the equipment installed; development of an operations and maintenance manual for the pulse-generating system, and training of Corps staff on the operation and maintenance of the pulse-generating system. SRI has research, proprietary arts, and trade secret technology not open to the public that they use in in fish barrier designs and components therein. To further add, the integration of these key components into the project's electrical and mechanical systems will require the use of SRI's uniquely skilled and highly reliable labor force, already having the intimate knowledge of barrier mechanical and electronic systems. Under previous contracts, SRI performed at an optimal level, as its labor force demonstrated its capabilities to properly document their specialized components, and remain on schedule to meet the critical timeframes imposed by the tight overall project schedule. In this regard, it is deemed necessary to obtain coordination services from the original source (SRI) to continue an agile operation of the barrier system without disruption and to avoid a substantial duplication of cost that is not expected to be recovered by way of competition. In addition, the government cannot afford any delays in fulfilling the agency's requirements since the Barrier itself protects the ecosystem from invasive species, including Asian carps. Under the proposed contract, the overall contract completion time will be 540 calendar days. The contract will result in a firm-fixed price contract. This notice does not constitute a solicitation for offers, proposals, etc. However, interested firms may send a capabilities statement NO LATER THAN July 14, 2017. Statements should be sent to the attention of Wesley (Dale) Dewar at wesley.d.dewar@usace.army.mil; ensure that the subject line of your email includes the title/description of this announcement. Award is anticipated on or about September 15, 2017. This announcement is in accordance with FAR 5.101(a)(1). The point of contact is Mr. Dewar at (312) 312-846-5370. Contracting Office Address: USACE 231 S. La Salle St. - Suite 1500 Chicago, IL 60604
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-17-R-0008/listing.html)
 
Place of Performance
Address: PERM FISH BARRIER BUILDING 1, ROMEOVILLE, Illinois, 60446, United States
Zip Code: 60446
 
Record
SN04560368-W 20170630/170628234253-2e1b251e2b0995f3be8880bc8beef3e8 (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.