SOURCES SOUGHT
99 -- Chief Joseph Dam Spillway Sump Pumps and Controls
- Notice Date
- 1/7/2022 8:56:25 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW22X0ME8
- Response Due
- 2/7/2022 7:00:00 AM
- Point of Contact
- Geraldine L. Kemp
- E-Mail Address
-
Geraldine.L.Kemp@usace.army.mil
(Geraldine.L.Kemp@usace.army.mil)
- Description
- Point of Contact: Contract Specialist Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil� US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction Project titled: Chief Joseph Dam Spillway Sump Pumps and Controls, 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 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $39,500,000 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 in effect for a period of one year from the date of this notice. Summary Scope of Work (SOW): OVERVIEW: Chief Joseph Dam Spillway Sump Pumps and Controls The Seattle District, U.S. Army Corps of Engineers has a requirement to increase the spillway sump pump capacity to keep up with current spillway water intrusion at Chief Joseph Dam, Bridgeport, Washington.� To increase the spillway dam sump pump capacity the existing pumps and controls will be removed and replaced along with associated piping and valves.� Inflows from previous years indicate that August, September, and October are the optimal months to perform this work as those are generally the lowest inflow periods of the year.� The implementation of the proposed project would need to be phased to ensure continuity of drainage.� The sump pump system is an important safety system at the CJD as it removes water intrusion from the horizontal and vertical concrete joints in the spillway. Dam structural failure is possible if water intrudes into the monolith concrete joints. The proposed work includes removal and replacement of the following: 1) Two existing Vertical Line-Shaft Vertical Pumps, 2) Six Existing Submersible Pumps, 3) Associated Piping and Valves, 4) Existing Control Equipment with a redundant sensor system and 5) Electrical System components, such as circuit breakers and conductors to serve the new equipment power needs.� Additional features of work include:� 1) Structural and Concrete Work to include core drilling up to 14 inches and grated walkway replacement, 2) Sump Shaft debris removal and 3) Installation of an Electric Hoist System. The expected construction duration is 18 months.� Work restrictions will be in place for this requirement with the intent of ensuring the sump pump capacity is available for continuity of drainage.�� Construction will need to be staged and scheduled so that USACE dam operations are not impacted. 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. Submit three projects that demonstrates Contractor�s ability to perform the work for Chief Joseph Dam Spillway Sump Pumps and Controls. Project information submitted shall contain: � Project Name/Title � Contract awarded amount � Project location � Project start date � Project completion date � Contractor shall provide a detailed description of the following: The completed projects scope and complexity, number of units rehabilitated and CPARs or performance rating. 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 the sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.SAM.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 10:00 am (Pacific Time) on 7 February 2022. Submit responses to the attention of Geraldine L. Kemp, Contract Specialist, by email: Geraldine.L.Kemp@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
-
SAM.gov Permalink
(https://sam.gov/opp/05a086291d5341a69178153afdb6b5c7/view)
- Place of Performance
- Address: Bridgeport, WA 98813, USA
- Zip Code: 98813
- Country: USA
- Zip Code: 98813
- Record
- SN06212398-F 20220109/220110105810 (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 |