SOURCES SOUGHT
Y -- Albeni Falls Dam Powerhouse Bridge Crane Rehab
- Notice Date
- 9/15/2023 8:59:48 AM
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW23X0XV0
- Response Due
- 9/28/2023 10:00:00 AM
- Archive Date
- 10/13/2023
- Point of Contact
- Michael Houts, Phone: 7812593934, Alex R. Marcinkiewicz, Phone: 2067643773
- E-Mail Address
-
michael.s.houts@usace.army.mil, alex.r.marcinkiewicz@usace.army.mil
(michael.s.houts@usace.army.mil, alex.r.marcinkiewicz@usace.army.mil)
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT and is for informational and 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 proposed action will be a construction project with a firm-fixed price contract. 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 considered to be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned�Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 333923, PSC code Y1PZ, and Small Business Size Standard 1,250 employees. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on Sam.Gov. Responses to this announcement are not an adequate response to any future solicitation announcement. PROJECT DETAILS: Albeni Falls Dam Powerhouse Bridge Crane Rehab, Oldtown, ID. � The scope of this project is to rehabilitate the existing bridge crane to a �like-new� condition. The rest of the crane will be rehabilitated, and deficient components replaced or rebuilt, if applicable. Consumables, common wear items, and small fasteners will be replaced. Some components will require recoating dependent upon condition. Lead abatement will be addressed. The main improvements are listed below. Two new trolleys to include main/auxiliary hoists, lower load block, hooks and wire rope Replace all electrical controls Replace the electrification system with a four-conductor system. Replace the cab, operator�s chair, controls, instrumentation, and personnel lowering device with an anchor attachment Refurbish the existing A3 bridge drive, but replace the motor and brake Flush the existing closed gear boxes bridge drive and replace with new oil Inspect the bridge drive truck open gear sets to determine is the drive shaft, bearings and seals require replacement (as an option dependent on condition and inspection) Improve the trolley access safety ladders. North and south trolley access walkways at trolley elevation. Improve the bridge to trolley access all four corners of crane Update reference and contract documentation to document the as-built condition, and the operation, and maintenance instructions for a fully restored bridge crane Document OSHA, USACE 385-1-1, and ASME B30.20 compliance for all Below-The-Hook (BTH) devices Replace the existing powerhouse wall access hatch located at the cab bridge elevation with a full-size standard door Expected magnitude of construction is between $5,000,000 and $10,000,000.. � REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and DUNS number. 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information: ��� a. Single bond ��� b. Aggregate 7. Experience with crane rehabilitation projects. ��� 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 to this announcement. Submit responses to: Scott Houts Contract Specialist, via email michael.s.houts@usace.army.mil Alex Marcinkiewicz, Contract Specialist, via email: alex.r.marcinkiewicz@usace.army.mil. Responses should be sent as soon as possible, but not later than 10:00 AM PT, 28 Sep 2023. All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts Small Business Program Inquiries: Enshane� Nomoto Enshane.Nomoto@usace.army.mil Office: 206-316-3990 Mobile: 253-900-9184 https://www.nws.usace.army.mil/Business-With-Us/Small-Business/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a6283f4cc1a49f0b1bf0b437a5debad/view)
- Place of Performance
- Address: Oldtown, ID, USA
- Country: USA
- Country: USA
- Record
- SN06833908-F 20230917/230915230101 (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 |