SOURCES SOUGHT
Z -- Repair of Dam Spillway Gates at Lake Hartwell, GA.
- Notice Date
- 1/12/2024 5:50:17 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN-24-R-50SM
- Response Due
- 2/8/2024 10:00:00 AM
- Archive Date
- 02/23/2024
- Point of Contact
- Shermaine Malone, Phone: 9125615165, Glenda Canty, Phone: 9126525030
- E-Mail Address
-
Shermaine.D.Malone@usace.army.mil, glenda.a.canty@usace.army.mil
(Shermaine.D.Malone@usace.army.mil, glenda.a.canty@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal does not obligate the government in any contract award. The U.S. Army Corps of Engineers, Savannah District, is conducting preliminary research to determine the market capabilities of potential contractors to perform corrosion preventive maintenance of 12 tainter (spillway) gates, associated stop logs, hoisting machinery, and replacement of deteriorated J-seals and bolts (3 J-seals and approximately 300 bolts per gate). Technical Details: COATING REQUIREMENTS. The contractor shall clean all surfaces in accordance with SSPC-SP 5- WHITE METAL TO MEET PAINT MANUFACTURER REQUIREMENTS. ABRASIVE blasting is the preferred method of preparation, but alternative paint removal systems will be considered, and evaluated based on their ability to provide a surface condition which meets the paint manufacturer�s specifications, meet environmental requirements and perform satisfactorily in the opinion of the Government. Combinations of systems such as water blast for cleanliness/paint removal and grit blasting for surface profile would also be considered. Blast medium shall have a low chloride concentration and be so noted on the packaging. Immediately prior to application of the coating, the surface shall be randomly examined for soluble salts in accordance with the Bressler Sampling Method. No area shall exceed a value of 12 micro siemens. The Contractor shall apply VINYL 5-EZ paint System, see UFGS �09 97 02 � Paint Hydraulic Structures, to all parts of the upstream side of the gate. Paint shall be applied to an average dry film thickness of a minimum of 7.0 mils for the completed system, and the thickness at any point shall not be less than 5.5 mils. Specific Paints: Surface Preparation� � � �Approaching white metal 1st Coat� � �White Vinyl� � �V766e (double spray coat) 2nd Coat� � Gray Vinyl� � V766e (double spray coat) 3rd Coat� �White Vinyl� �V766e (double spray coat) 4th Coat� � Gray Vinyl� � �V766e (double spray coat) � Background Corrosion can occur at any location on a gate; however, certain areas are more susceptible than others. Sensitivity to corrosion is enhanced at crevices, locations of dissimilar metals, areas subject to erosion, and areas where ponding water or debris may accumulate. Other areas that are susceptible to corrosion include where it is difficult to adequately apply a protective coating, such as at sharp corners, edges, intermittent welds, and locations of bolts. Corrosion-susceptible locations on tainter gates include trunnions with dissimilar metals, seal connection plates and rib-girder connections (crevice corrosion and dissimilar metals), locations of bolts (crevice corrosion), drain holes, and general areas where sharp corners, edges, and intermittent welds are located. Other areas where corrosion is likely to occur is where heaters are located and at the normal water line. All interested firms with 237990 as an approved NAICS code shall submit the following information: 1.Name and Address of your Firm 2.Point of Contact (name/phone/email) 3.Company website 4.Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp) 5.Business Size, according to the specified NAICS code 237990, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman�Owned Business, and Large Business. The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.sam.gov/) 6.Please provide a capability statement addressing the following: 7.Evidence of capabilities to perform comparable work on three recent projects (not more than five years old). Include project name and key/salient features of the project, completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for each project's validation. 8.Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability. 9.What suggestions do you have that would make this requirement more competitive? 10.What contract type would you recommend for this project in the future? Firm Fixed Price (FFP), Cost Reimbursement, or Hybrid Firm Fixed Price - Cost Reimbursement. Why would this contract type be most appropriate?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/023353456321415992ed736d82b18ef8/view)
- Place of Performance
- Address: Hartwell, GA 30643, USA
- Zip Code: 30643
- Country: USA
- Zip Code: 30643
- Record
- SN06935037-F 20240114/240112230041 (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 |