SOURCES SOUGHT
Z -- Bonneville Spillway Gate Repair & Storage Pits
- Notice Date
- 4/30/2018
- 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, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N18B0014
- Archive Date
- 5/22/2018
- Point of Contact
- Jordan M. Quantock, Phone: 5038084627
- E-Mail Address
-
Jordan.m.quantock@usace.army.mil
(Jordan.m.quantock@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: 1. General. This is a SOURCES SOUGHT and is for informational/market research purpose only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, 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 the Bonneville Spillway Gate Repair & Storage Pits. 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, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The contractor must demonstrate through experience their ability to perform the work. This includes work with: seismic special moment frames meeting the requirements of AWS D1.8, handling and installing 15KV cables and components, crane operation to support job site access, and overhead crane installation. There is also the potential for lead and asbestos abatement Note: The Government may 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 (NAICS) Code: 237990, Other Heavy and Civil Engineering Construction; Size Standard: $36.5M; Federal Service Code (FSC): Z211 Maintenance, Repair, or Alteration of Dams Point of Contact for small business questions or assistance in the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil. 4. Project Description. The U.S. Army Corp of Engineers, Portland District has a requirement to the rehabilitation work includes replacement of walkways and work platforms, personnel hoists, a 2 Ton single girder under-hang crane, heating and ventilation, windows, lighting, accessory compressed air and electrical (including running conduit, installation of a 500KVA transformer and a 15KV disconnect). Work will include demolition of six approximately 41 ton steel gate structures. This contract contains portions providing detailed design and some performance specs that will be contractor designed. Work will be performed at Bonneville Locks and Dam with construction completion within 10 months of NTP. This allows 4 months for submittal review/approval, equipment/material ordering, and mobilization, then 6 months on site for construction. The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127NB0014, Bonneville Spillway Gate Repair & Storage Pits. Please send to Jordan Quantock, Contract Specialist, at Jordan.m.quantock@usace.army.mil by 2:00pm Pacific Standard Time 07 May 2018. A firm's response to this Sources Sought shall be limited to 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 category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Provide a minimum of one project similar in size, scope and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 6. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N18B0014/listing.html)
- Record
- SN04905318-W 20180502/180430230857-0c010059ede68426d05834f41bf8f667 (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 |