SOURCES SOUGHT
Y -- C02 Fire Suppression System Modernization,Chief Joseph Dam, Bridgeport, WA
- Notice Date
- 10/12/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW19R0003
- Archive Date
- 11/10/2018
- Point of Contact
- Monique Paano, Phone: 206-764-6084
- E-Mail Address
-
monique.a.paano@usace.army.mil
(monique.a.paano@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Point of Contact: Contract Specialist Monique Paano at Monique.a.paano@usace.army.mil US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: Chief Joseph Dam - C02 Fire Suppression System Modernization, Bridgeport, WA Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $1,000,000 and $5,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238220, Plumbing, Heating, and Air-Conditioning Contractors, and the associated small business size standard is $14,000,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/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. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Summary Scope of Work (SOW): OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires replacement of an existing CO2 Fire Suppression System with a water mist system and modernization of an existing CO2 Fire Suppression System at Chief Joseph Dam, WA. Project work area access is restricted by the adjacency of the Powerhouse and the dam, and restrictions on the use of cranes, lifts and other equipment in the proximity of energized overhead transmission lines, transformers and transformer bus lines. DEMOLITION/DECONSTRUCTION: Removal of the existing CO2 system in the Oil Storage Room, Oil Purification Room, Station Service Transformer Vault, Main Generating Units and Station Service Units at Chief Joseph Dam, WA. This includes but is not limited to the mechanical piping and the electrical features as well as the CO2 bottles themselves. The firing heads on the CO2 bottles, however, shall remain the property of the Government. FIRE PROTECTION & ELECTRICAL INSTALLATION: Modernize existing high-pressure CO2 systems and replace with a new water mist fire protection system. The existing CO2 systems in the Oil Storage Room, Oil Purification Room, and Station Service Transformer Vault will be replaced with water mist to improve safety and reduce maintenance requirements due to CO2. The CO2 systems within the main units and station service unit's generator housings will remain in place, but will be modernized to bring these systems in conformance with current NFPA code requirements. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Three (3) to five (5) examples of past projects as the Prime Contractor or Subcontractor for fire protection upgrades that meet the following requirements: Replacement or Modification of an existing total flooding type Fire Suppression System with outage coordination during continued facility operation at a powerhouses, power plants, generation stations, manufacturing facilities or similar industrial facilities. Installation and commissioning of new water mist fire suppression systems with outage coordination during continued facility operation at a powerhouses, power plants, generation stations, manufacturing facilities or similar industrial facilities. All submitted projects should be of similar size, complexity and scope completed within the last ten years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; b. Description of experience demonstrating installation of high pressure water mist fire protection systems in industrial buildings; 4. CAGE code and DUNS number. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 26 October 2018. Submit responses to the attention of Monique Paano, Contract Specialist, by email: monique.a.paano@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW19R0003/listing.html)
- Place of Performance
- Address: Chief Joseph Dam, Highway 17, Pearl Hill Rd., Bridgeport, Washington, 98813, United States
- Zip Code: 98813
- Zip Code: 98813
- Record
- SN05122403-W 20181014/181012230523-381d62f973902fac1fcb5c339ef7f3a3 (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 |