SOURCES SOUGHT
J -- Garrison Dam Spillway Modification Project � Stoplog Seal Modification
- Notice Date
- 1/24/2025 12:01:27 PM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25SC005
- Response Due
- 2/13/2025 12:00:00 PM
- Archive Date
- 02/28/2025
- Point of Contact
- Karen Caskey, Nadine Catania
- E-Mail Address
-
Karen.l.caskey@usace.army.mil, nadine.l.catania@usace.army.mil
(Karen.l.caskey@usace.army.mil, nadine.l.catania@usace.army.mil)
- Description
- Sources Sought Response Form Garrison Dam Spillway Modification Project � Stoplog Seal Modification Sources Sought Notice # W9128F25SC005 PURPOSE: By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business and other than small business firms that have the availability in providing the requirement described hereunder. The responses to this notice will be used for planning and development of the upcoming procurement(s). Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction. There is no solicitation currently available. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. PROJECT DESCRIPTION This project is to modify up to eight (8) of the 18 stoplogs fabricated in 2016. Modification will include hauling stoplogs from the Garrison Project�s crest structure where they are currently stored to a fabrication plant certified under the AISC (American Institute of Steel Construction) Quality Certification Program, and must be designated an AISC Certified Plant, Category IBR: Certified Bridge Fabricator � Intermediate, CBR: Major Bridge Fabrication, ABR: Certified Bridge Fabricator - Advanced or HYD: Certified Metal Hydraulic Fabricator with a fracture critical endorsement (FCE). The stoplogs will receive measurement, minor weld modifications, milling, partial painting, installation of new seals, and fabrication and installation of new springs. The stoplogs will then be hauled back to Garrison Dam and placed into the monolith bay by the contractor. The Garrison project office staff will deploy the stoplogs to test the sealing ability of the modified stoplogs. This installation test of up to eight (8) will inform changes, if any, to future modifications of the remaining stoplogs and new stoplogs to be completed in a future contract. Ideally, the contractor could modify seals in winter of 2025/2026 and test the stoplogs in the summer of 2026. Estimated Project Solicitation Issue date: 15 April 2025. Small Businesses are reminded under FAR 52.219-14(c)(1), Limitations on Subcontracting Services. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response to this Sources Sought synopsis. Project Period of Performance: 600 calendar days. RESPONSES Please respond to all information requested in this notice not later than 2:00 PM CT, 13 February 2025. Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: Karen Caskey, Contract Specialist, karen.L.caskey@usace.army.mil, and Nadine Catania, Contracting Officer, nadine.l.catania@usace.army.mil. REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE: Company Name, address, phone number, point of contract, email, web address: CAGE Code and Unique Entity Identifier (UEI): North American Industry Classification System Code (NAICS): State whether your firm is classified by the Small Business Administration as any of the following: Small Business Small Disadvantaged Business Service-Disabled Veteran Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUBZone None of the above Is your company currently registered in System for Award Management (SAM)? Has your company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)? If yes, provide an explanation: CAPABILITIES AND SUBMISSION REQUIREMENTS SUBMISSION DETAILS All interested, capable, qualified, and responsive contractors are encouraged to provide responses to this request for information. Companies with experience in modifying stoplogs are encouraged to reply to this request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in projects of similar nature as described in the Project Description. Responders shall provide a brief narrative describing a minimum of two (2) to a maximum of three (3) projects the interested firm has completed in the last seven (7) years that were in remote locations with similar size, scope, cost, and complexity to the anticipated project requirements described above. Narratives shall be no longer than 2 pages per project. Email responses are required. Please include the following information in your response: Company name, address, and point of contact, with phone number and email address CAGE Code and UEI number Business size to include any official teaming arrangements as a partnership or joint venture Details of similar stoplog modification projects in remote locations and state whether you were the Prime or Subcontractor Start and end dates of work Project references (including owner with phone number and email address) Project cost, term, and complexity of job Please include the following additional information in your response: Would the company perform this work on their own, or perform work with another company whom they have worked with in the past on similar projects? Does the company have any concerns with procuring materials and complete this work with the general schedule outlined above? COMMENTS Provide comments or identify any concerns your company has regarding the planned solicitation(s). Note that the Government will not be responding to inquiries about the proposed solicitation(s) at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation(s) and will be kept in strictest confidence. Telephone inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f5f278cd0b448da9ebb1f59e4430778/view)
- Place of Performance
- Address: Riverdale, ND 58565, USA
- Zip Code: 58565
- Country: USA
- Zip Code: 58565
- Record
- SN07323051-F 20250126/250124230103 (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 |