SOURCES SOUGHT
Z -- Bonneville FY19 Fish Accords Lamprey Upgrades
- Notice Date
- 7/22/2022 2:22:07 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- PANNWD-21-P-000-005147
- Response Due
- 7/29/2022 2:00:00 PM
- Point of Contact
- Clinton Jacobsen, Phone: 5038084627, Kristina K. Morrow
- E-Mail Address
-
clinton.m.jacobsen@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(clinton.m.jacobsen@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
- Description
- 1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) anticipates advertising a solicitation for the Bonneville FY19 Fish Accords Lamprey Upgrades near Cascade Locks, Multnomah County, Oregon. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Source Sought announcement will be used by the Government to make, if appropriate, a small business set-aside and other key acquisition strategy decisions. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Businesses, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZones), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small Business (SDVOSB). 3. Capability Statements: Contractors should demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of three projects will be accepted for review. Note: The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s capability to perform the requirements. North American Industrial Classification Code (NAICS): NAICS Code 237990 � Other Heavy and Civil Engineering Construction The size standard: $39.5 million Federal Service Code: Z2KA -- Repair Or Alteration Of Dams 4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to improve lamprey passage and collection facilities at the Bradford Island fish ladder in accordance with the details provided below for the requested project. Furnish and install a new variable width weir at the entrance to the B-Branch of the Bradford Island fish ladder. Furnish and install steel bollards on the floor of the B-Branch ladder entrance to guide lamprey to a new flume system. Furnish and deliver an aluminum lamprey flume system and collection tank. Furnish and install handrails for safe access to the lamprey flume. Furnish and install a water piping system to provide forebay water to the new lamprey collection tank. Includes a new concrete bulkhead in an existing channel and a new trash rack with lifting machinery. The scope of this project consists of the Contractor furnishing all supervision, engineering, labor, materials, and equipment to perform the following work in strict accordance with the detailed requirements of this contract. Contract duration is estimated to be approximately 1 year from notice to proceed (NTP). Current estimated schedule is award in spring of 23, fabrication spring and summer and construction during de-watering period fall 23 to winter of 24. The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email). SUBJECT: Lamprey Upgrades near Cascade Locks, Multnomah County, Oregon. Please send to Clinton Jacobsen, Contract Specialist, at clinton.m.jacobsen@usace.army.mil by 2:00 pm Pacific Standard Time on Friday, July 29, 2022. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. Firm�s response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a.� Firm�s name, address, point of contact, phone number, email address, CAGE and DUNS numbers, and include the Construction Bonding Level per contract. b.� Firm�s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB). c.� Provide relevant and verifiable information on the Firm�s experience/capabilities as it pertains to the proposed work outlined above. 6.� Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c92b209084647859e12a4d356683322/view)
- Place of Performance
- Address: Cascade Locks, OR 97014, USA
- Zip Code: 97014
- Country: USA
- Zip Code: 97014
- Record
- SN06399640-F 20220724/220722230116 (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 |