Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2022 SAM #7639
SOURCES SOUGHT

54 -- McNary Trash Rack Fabrication

Notice Date
10/28/2022 12:27:23 PM
 
Notice Type
Sources Sought
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF23RSS04
 
Response Due
11/14/2022 1:00:00 PM
 
Point of Contact
Preston Jones, Phone: 5095277206
 
E-Mail Address
Preston.E.Jones@usace.army.mil
(Preston.E.Jones@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources to provide personnel, materials, supplies, equipment, transportation, supervision and other items and services for the following: McNary Trash Rack Fabrication. The North American Industry Classification System (NAICS) code for this project is 332313 Plate Work Manufacturing and the associated small business size standard is 750 employees. The magnitude of fabrication is estimated to be between $1,000,000 and $5,000,000. The work consists of the following major elements: This project involves the fabrication, painting and delivering of three sets of trash racks for one power generating unit. Each set of trash racks consists of seven intermediate style racks and one bottom rack, totaling 21 intermediate and 3 bottom trash racks.� This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.� This is not a solicitation.� Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Bidder Requirements.� For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, performance period, the dollar value and the completion date.� Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. A reference list for each of the projects submitted in 1. above. Include the name, title, phone number and email address for each reference. Provide a statement of your firm�s business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. Cage Code and SAM Unique Entity Identifier. Submit this information to Preston Jones, Contract Specialist, via email to preston.e.jones@usace.army.mil.� Your response to this notice must be received on or before 1:00 p.m. (PST) on 14 November 2022. � Bidder Requirements: 1. The fabricating plant and fabricator is required to be certified under the AISC (American Institute of Steel Construction) Quality Certification Program with one of the following certifications: � �a. ABR:������ Certified Bridge Fabricator � Advance � �b. IBR:�������� Certified Bridge Fabricator � Intermediate � �c. HYD:������ Certified Metal Hydraulic Fabricator � �d. BU:��������� Certified Building Fabricator The contractor must be certified prior to award of this contract and must remain certified for the duration of this contract. The contractor will be required to submit copies of the AISC certificate(s) indicating that the fabrication plant meets the specified structural steelwork category. 1.1 In addition, the fabricator is required to have completed two projects of similar scope in the past ten years. Submit documentation for experience indicating that the fabrication plant has completed projects of similar scope as identified below. Projects of similar scope consists of having fabricated structures with the following minimum requirements: � �a. Weight of 9-Tons or greater. � �b. Member thicknesses of 1/2-inch or greater. � �c.�Length, width, or height of structure of at least 20-ft. � �d.�Minimum tolerances of +/- 1/16-inch out of parallel over mat least 20-ft. � �e.�Adequate crane capacity capable of picking and maneuvering the structures within fabrication building.� Maneuvering the individual component includes any rotating about any axis of the structure that may be required for fabrication and weld distortion control. 2. The painting contractor must be certified by Association for Materials Protection and Performance (AAMP) with an SSPC QP 3 certification and/or American Institute of Steel Construction (AISC) with a Complex Coating Endorsement (CCE-1, CCE-2, CCE-3) for all surface preparation and coating application.� Submit a copy of the applicable certificates/endorsements. The contractor must be certified/endorsed prior to award of this contract and must remain certified/endorsed for the duration of this contract. 2.1 In addition, the painting contractor is required to have completed two projects of similar scope in the past ten years. Submit documentation for experience indicating that the painting contractor has completed projects of similar scope as identified below. Projects of similar scope consists of having painted steel structures with the following minimum requirements: a. Application of USACE vinyl paint System No. 5-E-Z b. Surface preparation of SSPC SP 5. Anticipated Dates Award: February-March 2023. Fabrication Starting: April 2023. Completion: 365 days after award. The project will involve the development and management of Contractor furnished submittals for items such as pre-fabrication plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of Record Drawings.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32278f6059cc440ea5f589d30caa8b59/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN06505481-F 20221030/221028230100 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.