SOURCES SOUGHT
C -- Cheyenne Mountain Air Force Station - Springs & Dampers
- Notice Date
- 2/5/2021 1:10:52 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-21-S-M019
- Response Due
- 2/19/2021 1:00:00 PM
- Archive Date
- 03/06/2021
- Point of Contact
- Booker L. Jordan, Jr., Christine L. Wilson
- E-Mail Address
-
Booker.L.Jordan@usace.army.mil, Christine.L.Wilson@usace.army.mil
(Booker.L.Jordan@usace.army.mil, Christine.L.Wilson@usace.army.mil)
- Description
- Sources Sought Notice Identification Number:� W9128F-21-S-M019 This is a Sources Sought Notice and is for market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID.� NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below.� Responses are requested only from: POTENTIAL PRIME ARCHITECT AND ENGINEERING FIRMS.� The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to Booker.L.Jordan@usace.army.mil no later than 2:00 p.m. MST,�19 February 2021. �� Project Description: The project involves creating a design for the spring and damper systems in the Cheyenne Mountain Complex (CMC) as well as a full dynamic load analysis of each structure in the CMC requiring springs and dampers.� The ground shock isolation system will provide protection of the Cheyenne Mountain Complex personnel, buildings, and equipment from shock waves induced by a nuclear explosion or natural earthquake. There are more than 1,300 uniformly spaced base-mounted helical springs. The spring count for each building is dependent on the design weight of the building, the stiffness of the springs, and the natural frequency of the shock isolation system. Perform dynamic analysis of all buildings within the CMC. Changes in use, addition/removal of equipment, and changes in displacements necessitate a complete analysis of all buildings before any design work can be accomplished.� Based on the dynamic analysis, design a shock isolation system capable of handling an increase of 15% over the existing building loads. Design must include sensor systems for monitoring building level and pitch, average spring compression, and damper performance. Sensors must be tied into the existing Operational Management Control System (OMCS). A constructability analysis and phasing plan must be included as part of this design.� The analysis shall also include required designs for the compression systems to remove the old springs and install the new springs. The analysis should also include optimal phasing for demolition and installation as well as the routes under the buildings for moving equipment and supplies. Due to the known instances of heavy metals and lead dust/asbestos in the area under the buildings the analysis should also include necessary mitigation and protection measures to handle these contaminants. Additionally, the springs and dampers have lead coatings that will require mitigation if removal is necessary.� Extensive site surveys are necessary to ensure accuracy of the plan and constructability due to differences from historical data to existing conditions. Field investigations required to understand, interpret, and analyze existing systems and their condition, serviceability, and adequacy, especially as it pertains to capacity needs and integration with new design. Phasing coordination with existing user functions as well as ongoing repair, replacement, and maintenance operations with nearby and affected systems. Submission Details: All interested, capable, qualified (under NAICS code 541330) and responsive contractors are encouraged to reply to this market survey request.� Interested PRIME ARCHITECT AND ENGINEERING FIRMS ONLY should submit a narrative demonstrating their experience in design projects of similar nature as described above.� �Narratives shall be no longer than 10 pages.� Email responses are required.� Ensure that �W9128F-21-S-M019� is contained within the Subject line of your email response. Please include the following information in your response/narrative: Company name, address, and point of contact, with (h)er/is phone number and email address Business size to include any official teaming arrangements as a partnership or joint venture Details of similar projects and state whether you were the Prime or Subcontractor Dates of design work Project references (including owner with phone number and email address) Project cost, term and complexity of job Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.� PLEASE NOTE:� AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME ARCHITECT AND ENGINEERING FIRMS. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6bbeabe06a9346cca113613cbdc090a8/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN05910017-F 20210207/210205230105 (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 |