SOURCES SOUGHT
Z -- Folsom Dam Raise Stoplogs
- Notice Date
- 11/3/2020 11:47:53 AM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123821R0013
- Response Due
- 11/24/2020 2:00:00 PM
- Archive Date
- 12/09/2020
- Point of Contact
- Colin Lee, Phone: 9165577105, Joel R Klemmer, Phone: 9165577228
- E-Mail Address
-
colin.lee@usace.army.mil, Joel.R.Klemmer@usace.army.mil
(colin.lee@usace.army.mil, Joel.R.Klemmer@usace.army.mil)
- Description
- ANNOUNCEMENT � BULKHEAD STOPLOG FOR SPILLWAY DEWATERING 3 NOVEMBER 2020 The United States Army Corps of Engineers (USACE), Sacramento District (SPK) is seeking sources for dam gate modular bulkhead beams (stoplogs) at Folsom Main Dam Spillway, Folsom, California. CONTRACTING OFFICE ADDRESS:� USACE-SPK, Contracting Division 1325 J Street, Room 878 Sacramento, California 95814-2928 INTORDUCTION: � This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of both large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) to provide the required products and/or services. USACE-SPK is considering plans for acquiring stoplogs to dewater spillway bays during extended construction periods at Folsom Main Dam Spillway, Folsom, California and is seeking information for potential sources on available contractors who can provide materials required and fabrication of stoplogs, including delivery to the site, testing the stoplogs in each radial gate location, and site modifications to the stoplogs, as necessary. DISCLAIMER: � THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. � BACKGROUND: This is sources sought to identify available services.� The anticipated delivery of stoplogs will be no later than 28 February 2022. REQUIRED CAPABILITIES: � The USACE-SPK is seeking for potential businesses who have the capabilities to fabricate new stoplogs with ASTM A709 Grade 50F steel.� The skin plate will be oriented on the downstream side.� Anticipated size will be 49.75 feet wide to fit the width between the existing radial gate guides, and 10 feet tall so that a stack of six will have a top elevation of 470.00 feet using NAVD88 (North American Vertical Datum of 1988) datum.� The stoplogs will bear at the ends on the existing corbels and will have alignment pins and sockets similar to the existing stoplogs.� The new stoplogs will be of uniform construction so they can be installed in any order mitigating potential errors during installation. The Contractors� capabilities must be able to produce the following: General size of stoplogs (length, height, weight etc.).� ������������Length: 49 feet and 9 inches. ����������� Height: 10 feet and 0 inches. ����������� Depth (maximum): 3 feet and 3.125 inches. ����������� Weight: 85,000 pounds for each section. ����������� Maximum tolerances: Top and bottom must be straight within 1/8"" plus or minus.� 1/16"" max. out of square.� 1/8"" max. out of parallel. ����� 2. Total number of individual stoplogs. ���� �����18 stop log sections; 6 sections for one complete stoplog to form 3 complete stoplogs. � ������ 3. Description of lifting beam/truss. ����������A welded steel flat plate and wide-flange section truss with (4) lifting pad-eye brackets at the top for crane use.� The truss beam�has two sets of lifting hooks atop of the stop log section where the lifting hooks attach to a circular rod. � ������� 4. Material specs for steel, rubber seals, other. ����������� Stoplog Steel: ASTM A709, Grade 50F (Zone 1). ����������� High-Strength Bolting: ASTM F3125/3125M. ����������� Rubber Seals: Provide each stoplog with bulb seals and strip seals as indicated.� Compound seals of ethylene propylene�dimonomer (EPDM) or neoprene (CR) conforming to ASTM D2240, ASTM D412, ASTM D573, � ASTM D471, ASTM D1149,�ASTM D395, ASTM D624 and ASTM D1630. � ������ 5.�Welder qualifications and applicable standards (D1.5 etc.) ����������� AWS D1.5M/D1.5. � ������ 6. Specific welding requirements (just enough detail to confirm capability) �����������Perform welding in accordance with AWS D1.5M/D1.5. ���������� Seal welds are required to maintain water tightness. ���������� AWS Certified Welding Inspector (CWI). ���������� Testing Agency: To perform the nondestructive examination of welds and the evaluation of examination tests.�Only�individuals�qualified for NDT Level II or Level III may perform nondestructive testing and possess a currently valid American Society of Nondestructive testing certificate at the specified level. � In addition to the above items, the fabricated Stoplogs shall conform to the following: � ����� 7. Factory acceptance testing will be performed by the government at the fabricator�s shop prior to shipping. ����� 8. Installation of stoplogs will be tested and confirmed prior to final acceptance by the government. Installation will require a mobile crane for initial installation, and coordination with the onsite gantry crane.�A minimum of one test using the gantry�crane will be required to verify use of the gantry crane is feasible. �Stoplogs must then be moved to a staging area nearby�and safely stored. ������ 9. Stoplogs shall be delivered and unloaded to the dam spillway site for installation testing.� Delivery personnel will be subject�� to a background security check and will be escorted by government staff.� ���� 10. After confirmation of acceptable installation performance, the stoplogs shall be relocated to a staging area at the dam�determined by the government.�Stoplogs shall be unloaded and stored in a manner approved by the government, such as�wooden skids to stack and separate individual stoplogs during storage in an outdoors environment. INSTALLATION AND START-UP REQUIREMENTS The USACE requires that the stoplogs be fully assembled prior to shipment.� Once they have passed all QC tests, they shall be delivered to the site for installation testing and storage.� The following requirements are requested for delivery, installation testing, and storage, and may be provided as optional line items in the cost proposal to be submitted: Delivery costs (Freight). Installation test plan (Approved by government). Storage system (Approved by government). Assumptions: The Buyer and Seller will agree upon a contractual agreement for payment terms and conditions for equipment sales. The Seller requires 40 weeks lead time - from time of award to shipping date. The Seller will not be responsible for utility connections. The Seller will provide assistance/tutorials on installation, removal, and storage. The Seller will warranty their work and materials to perform as claimed. The Seller will provide trouble shooting assistance and field modification, as necessary. The Seller will provide installation instructions. � � The Seller shall adhere to the most stringent standards set forth by federal and state regulations.� The Seller shall furnish documentation proving that their stoplogs will meet the fore mentioned technical criteria.� No worn or obsolete equipment shall be used.� The Seller will provide guidance on the off-loading and placement of the stoplogs on the storage location.� The Government is seeking information on available stoplog offerings to include: � Can all or some of these capabilities be met?� If not, why. Stoplog offerings/packages � such as lead time, costs, and other offering specific to meeting these capabilities listed above. SOURCES SOUGHT: � The anticipated North American Industry Classification System Code (NAICS) for this requirement is 332312, with the corresponding size standard of 500 employees.� This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code.� � To assist USACE-SPK in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein.� This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).� SUBMISSION DETAILS: Responses should also include: � Business name and address; Name of company representative, their business title, and contact information; Type of Small Business; Cage Code; Any Contract vehicles that would be available to the Government for the procurement of the product and service, to include GSA Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 24 November, 2020 by 1400:00 PM Pacific Standard Time (PST) to Contract Specialist Mr. Colin Lee, colin.lee@usace.army.mil and Contracting Officer, Mr. Joel Klemmer, joel.r.klemmer@usace.army.mil.� Interested businesses should submit a brief capabilities statement package (no more than six pages) demonstrating ability to perform the services listed in this Technical Description.� Documentation should be in bullet format.��� Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any additional questions regarding this sources sough announcement should be directed to Mr. Colin Lee, (916) 557-7105, colin.lee@usace.army.mil. Sincerely, � Colin Lee, Contract Specialist �����������������������������������������������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/66829eeb5e42461b9131f9e3f5a10852/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05845189-F 20201105/201103230144 (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 |