SOLICITATION NOTICE
Y -- CDJ Powerhouse Fall Protection
- Notice Date
- 1/12/2022 3:50:03 PM
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW22Q0010
- Response Due
- 1/26/2022 7:00:00 AM
- Point of Contact
- Charles D. Idle, Phone: 2063163998
- E-Mail Address
-
charles.d.idle@usace.army.mil
(charles.d.idle@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The point-of-contact for administrative or contractual questions is Contract Specialist Charles Idle at email: Charles.D.Idle@usace.army.mil.� Please no phone calls.� All questions must be submitted in writing to the above point-of-contact. FOR INFORMATION ONLY: This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming.� All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Mr. Idle at the email indicated above. OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires design and installation of a fall protection system to allow access to the Powerhouse Bridge Cranes and Crane Rail Corbels. The magnitude of construction is estimated to be between $100,000 and $250,000. The resulting contract will be firm-fixed-price. Solicitation number W912DW22B0010 will be posted to the Sam.gov website on or about 26 January 2022. The solicitation will be an Invitation for Bids.� Bids will be due no sooner than 30 calendar days after actual solicitation issuance date.� See the solicitation for details about bid submission.� The NAICS code for this procurement is 238990, All Other Specialty Trade Contractors, and the associated small business size standard is $16,500,000 in average annual receipts.� The solicitation will be issued as a 100% Small Business Set-Aside. THIS PROJECT IS A TOTAL SMALL BUSINESS SEALED BID WITH DEFINITIVE RESPONSIBILITY CRITERIA (DRC). This contract will contain a Definitive Responsibility Criteria, or DRC. Definitive Responsibility Criteria are specific and objective standards established to inform the Contracting Officer�s responsibility determination in accordance with FAR 9.104-2.� These criteria are in addition to the criteria in FAR 9.104-1 and allow the Contracting Officer to assess whether the apparent low bidder can demonstrate the expertise and specialized capabilities needed for adequate contract performance. The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible. The submission responding to the DRC must be provided in the form of a written detailed narrative, with a page limitation that shall not exceed three (3) pages for each listed DRC.� A submission will only be required from the apparent low bidder and must be submitted within three business days of the bid opening. The written narrative for each�Definitive Responsibility Criteria�(DRC) listed below must demonstrate a bidder�s successful completion of the specified project experience within the past seven (7) years of the date of this solicitation.� The Definitive Responsibility Criteria is provided as follows:�� DEFINITIONS: Recent and relevant projects that are those projects completed or substantially completed in the past 7 years that are comparable in scope and complexity. Similar scope is a fall protection system project completed at a powerhouse or industrial facility. Similar complexity is a fall protection system installed in a powerhouse around existing building structure and equipment like bridge cranes. Substantially completed is defined as having completed more than 75% of the value of the contract work at the time of proposal submission. Factor 1:� Experience The offeror shall provide one project which closely represents a project of similar scope and complexity as the work represented in this solicitation.� If the Offeror uses a subcontractor�s experience to meet the meet the Definitive Responsibility Criteria requirements for this factor, the Offeror must submit a letter of commitment from the subcontractor on the letterhead of the firm to be subcontracted. The letter of commitment must be a signed by an authorized individual from the subcontractor that is proposed to perform the work. If a letter of commitment is not submitted, the experience will not be considered. Upon award, subcontractors proposed to be used to complete construction activities including design, removal, disposal, and installation of a fall protection system shall not be substituted without the Contracting Officer�s written prior approval. The offeror shall submit one recent and relevant project that demonstrates experience designing, supplying, and installing a fall protection system in a powerhouse or industrial facility comparable in scope, and complexity (see definitions for minimum requirements) with the requirements for this project.� Project information for the project 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 project scope and complexity for the designed and installed fall protection system. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. A site visit will be offered within approximately 3 weeks after the solicitation is made available via sam.gov.� Refer to the solicitation for details regarding the site visit. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the sam website at www.sam.gov under the subject solicitation number.� NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. �The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to beta.sam.gov and add the solicitation to your Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on sam.gov. The sam.gov Response Date listed elsewhere in this synopsis is for FBO archive purposes only. �It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible.� All new contracts can be made ONLY to contractors who are registered in SAM.� This requirement applies to all DoD contract awards. ACCESS TO SITE VISIT FOR FOREIGN NATIONALS: Processing request for visits by Foreign Nationals can take up to 30 business days to complete and may impact the Contractor�s ability to attend if the paperwork is not approved before the site visit. It is highly recommended that each company plans to have a U.S. Citizen attend the site visit on their behalf. Non U.S. Citizens wishing to attend the site visit must complete the Request for Visitation Authority (included in this announcement as an attachment) form and submit it with a copy of their passport photo page as soon as possible but no later than noon Pacific Time on 24 January 2022 so it can be processed by USACE Security. U.S. Citizens wishing to attend the site visit must complete the Request for Visitation Authority (included in this announcement as an attachment) form and submit it with a copy of the front and back of their drivers license as soon as possible but no later than noon Pacific Time on 9 February 2022 so it can be processed by USACE Security. The site visit is tentatively scheduled for February 24, 2022 at 10am. The Government retains the right to cancel this event should Washington State and the Seattle District COVID19 posture regress to a more restrictive level. Please submit completed RVA forms and documents to Adrienne Murphy, Adrienne.E.Murphy@usace.army.mil (206) 764-6765.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e1bbb2822c7048c699f839750bf78c46/view)
- Place of Performance
- Address: Bridgeport, WA 98813, USA
- Zip Code: 98813
- Country: USA
- Zip Code: 98813
- Record
- SN06215812-F 20220114/220112230105 (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 |