SOURCES SOUGHT
Z -- COOLIDGE DAM OUTLET WORKS REHABILITATION, WITHDRAWN LAND, SAN CARLOS INDIAN RESERVATION, ARIZONA, GILA AND PINAL COUNTIES
- Notice Date
- 2/18/2020 11:56:37 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP20R0004
- Response Due
- 3/4/2020 1:00:00 PM
- Archive Date
- 03/19/2020
- Point of Contact
- Karen Irving, Phone: 5053423356, Fax: 5053423496, Kathleen A. Mayer, Phone: 5053423391
- E-Mail Address
-
karen.k.irving@spa02.usace.army.mil, kathleen.mayer@usace.army.mil
(karen.k.irving@spa02.usace.army.mil, kathleen.mayer@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For W912PP20R0004 COOLIDGE DAM OUTLET WORKS REHABILITATION, WITHDRAWN LAND, SAN CARLOS INDIAN RESERVATION, ARIZONA, GILA AND PINAL COUNTIES This is a SOURCES SOUGHT announcement; a market survey for information only, to be used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 U.S. Army Corps of Engineers � Albuquerque District has been tasked to solicit for and award a contract for Outlet Works Rehabilitation to the Coolidge Dam, San Carlos Indian Reservation, Arizona. The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using a Lowest Price Technically Acceptable (LPTA) process. However, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Women Owned Small Business (WOSB), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Coolidge Dam and all of its associated facilities, including a storage facility and dam tender quarters are within the San Carlos Apache Indian Reservation. The dam is on the outlet of the San Carlos Reservoir on the Gila River approximately 31 miles southeast of Globe, AZ. The dam is accessed via BIA Route 3 which runs south out of Peridot, AZ, which is approximately 20 miles east of Globe, AZ. The dam impounds water that serves as an irrigation water storage reservoir for approximately 100,000 acres of farmland in the vicinity of Florence, Casa Grande, and Sacaton, AZ.� The Government is seeking qualified, experienced sources capable of performing the following work on the Coolidge Dam Low Level Outlet Works Rehabilitation Project: Rehabilitate and upgrade the East and West Low Level Outlet (LLO) Works isolation/maintenance and flow regulating gate equipment at the Coolidge Dam.� The existing 150 ft. tall cylindrical, steel isolation gates in each outlet tower will be demolished and replaced with new isolation butterfly valves, added to the existing buried conduits. The existing downstream, dual high-pressure slide gates have suffered long term operation problems.� The oil hydraulic operating machinery for these gates all require upgrades. A new control building will also be added to operate the gates as well as other monitoring functions. Dredging of the reservoir immediately in front of the intakes, to remove years of accumulated shotcrete debris from the dam domes, will be required to unblock the flow entrances to the towers. � Design, supply and installation of two new, electrically operated isolation 96 in. diameter butterfly valves, fittings and couplings to connect them to the existing steel conduits. One new hydraulic power unit (HPU) system, complete to replace the two existing problematic HPU�s to operate the 4 existing hydraulically operated bonneted slide gates. New electrical local and remote control system for the four (4) existing hydraulically operated bonneted slide gates. Underwater installation and removal of a new, temporary isolation bulkhead to permit dewatering of the low level conduits in support of the construction. Dredging, removal and disposal of gunite debris (from old dam dome coating) now submerged in the reservoir and impinging on the outlet tower entrances. Will require underwater work. Demolition of two off-site wood framed house structures. � Demolition of a section of the two existing low level conduits for the addition of the new butterfly isolation valves and modifications to the existing valve vaults to suit. Repainting of the full length of the two existing low level conduits. Selective modification to a section of each of the two existing 96 in. steel conduits to incorporate a new thrust block structure. Repair of existing reinforced concrete paving slab under central dome at the powerhouse. Demolition and removal of two existing 150 ft. high by 8.75 ft. diameter cylinder gates, hydraulic operating machinery and appurtenances which will require underwater work. Underwater removal, rehabilitation and re-installation of 16 existing intake trashracks sections. Removal of existing stilling well structure on the west outlet tower and supply and installation of a series of new stilling wells and water level sensor equipment. Will require limited underwater work. � � In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000. The minimum/special capabilities required for this project are: --Prime Contractor experience shall include significant relevant experience related to civil, mechanical and electrical rehabilitation of hydropower and dam project construction and rehabilitation. Shall have experience working with specialty equipment suppliers will be required for procurement of new large diameter butterfly valves and oil hydraulic power unit equipment. --Prime Contractor experience with dewatering, diversion and care of water, dredging, removal and disposal, underwater work including removal, rehabilitation and re-installation activities. Design, supply and installation of new electrical local and remote control systems for hydraulically operated gate equipment. Design, fabrication, underwater installation and removal of isolation bulkheads in tunnels and conduits in support of construction and for future dewatering. �� --Prime Contractor experience with construction of mechanical features of large dams including:� reinforced concrete, design, supply and installation of large (over 72 inch diameter) valves and gates, and Hydraulic Power Unit (HPU) Systems, excavation and encasement of a segment of existing conduits and supports and underwater demolition and repair work. � The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $39.5 Million.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 15 April 2020, and the estimated proposal due date will be on or about 15 May 2020.� The official synopsis citing the solicitation number will be issued under Contract Opportunities on beta.sam.gov. Firm�s response to this notice shall be limited to 10 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s capability to perform a contract of this magnitude and complexity same or similar to the COOLIDGE DAM OUTLET WORKS REHABILITATION (include firm�s capability to execute construction, comparable work performed within the past 5 years: 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. 3. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 4.� Firm�s Business Size � LB, SB, 8(a), WOSB, HUBZone, SDVOSB, 5.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 10. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project. Interested Firm�s shall respond to this Sources Sought notice no later than 4 March 2020, 2:00PM MST. All interested firms must be registered in beta SAM to be eligible for award of Government contracts. �Mail or email your response to: Karen Irving, U.S. Army Corps of Engineers, Albuquerque District, Contracting Division, 4101 Jefferson Plaza, NE, Albuquerque NM 87109. �Email responses to karen.k.irving@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d4fcc73ddb89410ab126d6e6dd3014b8/view)
- Place of Performance
- Address: Peridot, AZ 85542, USA
- Zip Code: 85542
- Country: USA
- Zip Code: 85542
- Record
- SN05564704-F 20200220/200218230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |