Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOURCES SOUGHT

Z -- SOMERVILLE LAKE FLOOD GATE MAINTENANCE AND REPAIR

Notice Date
4/12/2018
 
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, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G18R0379
 
Archive Date
5/12/2018
 
Point of Contact
Christopher A. Ainsworth, Phone: 8178861084, Amelia K. Bryant, Phone: 8178861045
 
E-Mail Address
christopher.a.ainsworth@usace.army.mil, Amelia.K.Bryant@usace.army.mil
(christopher.a.ainsworth@usace.army.mil, Amelia.K.Bryant@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The purpose of this synopsis is to gain knowledge of the 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), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HubZone, SDVOSB and businesses are highly encouraged to participate. As well as to provide definition to potential offerors/bidders on the necessary qualifications and relevant experience to perform flood gate repair and maintenance at Somerville Lake, Texas anticipated for solicitation in FY 2018. The Fort Worth District of the U.S. Army Corps of Engineers (Corps) intends to advertise and award a Firm Fixed Price Project to perform flood gate maintenance and repair at Somerville Lake, Texas. The Scope of Work includes: Somerville Lake Flood Gate Accessory Maintenance and Repair Requirements: Limitorque Electric Valve Actuators, model number L120 (4 total) which exercise four (4) flood-control gates (gate material: cast steel; size: 5' X 10' each) at the Somerville Lake Outlet Works Intake Structure, Somerville, TX are in need of service in compliance with manufacturer recommendations. Specifically, limit switches for torque and travel are in need of calibration to insure optimal gate operation, inclusive of lubrication with an approved manufacturer lubricant. The following work is to be completed in addition to the calibration of Actuators identified above: 1. Confirm all stem systems operate in true vertical or render them so by adjustment of stem guides serving all four stem systems. 2. Replace all deformed washers which secure wall brackets to interior walls of the structure and re-torque nuts to 150 foot pounds. 3. Inspect and adjust all four gate frames to insure gate travel is free of impingement within the full range of gate travel. 4. Replace missing gate frame adjustment bolts and non-native securing bolts with compatible materials to insure prevention of galvanic corrosion onset. 5. Replace the neoprene floor seal, its securing bar and corrosion resistant steel bolts, which serve Service Gate #1. 6. Install Sacrificial Anodes on upstream surfaces of Gates #1, #2, #3 and #4: each gate requires two Magnesium Hull Anodes with cast in galvanized steel mounting straps for weld attachment and Plastisol Coating, such as: GALVOTEC model GA-MG-H-44W anodes, or any Government pre-approved equal, on the upstream surface of the numbered gates noted previously. All flood-control gates will require welding of anodes for secure and permanent attachment to the gates as noted above and American Institute of Steel Construction (AISC) Certification. 7. All Gates require surface preparation to removal of any surface debris, including any remaining anodes and painted with approved paint system. Important! Due to the nature of Manufacturer specific adjustments required within the Limitorque Actuators, it is necessary that any calibration adjustment to limit switches must be completed by a licensed Limitorque qualified technician. End of Requirement. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36.5 Million. The Standard Industrial code (SIC) is 1799, Federal Supply Code (FSC) is Z1KA. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 25% of the cost of the contract, not including the cost of materials, with their own employees for Construction by special trade contractors. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all federal, state and local laws, ordinances, codes and/or regulations. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requested. The official Pre-solicitation 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 if and 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 Scope of Work of the subject solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute similar construction work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firm's Size: Small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc.). 5. Firm's Joint Venture information; if applicable. 6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 5:00 p.m. Central Time, 27 April 2018 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to the Contract Specialist and Cc the Contracting Officer identified in this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0379/listing.html)
 
Place of Performance
Address: Somerville Lake (USACE), Somerville, Texas, 77879, United States
Zip Code: 77879
 
Record
SN04887078-W 20180414/180412230715-9d67ce1609c826780a23c65d974508af (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.