SOURCES SOUGHT
99 -- Seeking sources to provide hydraulic gates at Howard Hanson Dam, Enumclaw, Washington
- Notice Date
- 1/31/2008
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-08-R-0023
- Response Due
- 2/26/2008
- Archive Date
- 4/26/2008
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
Email your questions to US Army Engineer District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS: The purpose of this notice is to obtain market research to determine the availability, adequacy and interest of potential business sources to support acquisi tion of these requirements using a competitive Request for Proposal (RFP) or Invitation for Bid (IFB). For the purposes of this Sources Sought, please reference RFP W912DW-08-R-0023. The U.S. Army Corps of Engineers, Seattle District (hereinafter r eferred to as the Corps) is seeking sources to provide hydraulic gates at Howard Hanson Dam as described in the following Sources Sought Announcement. The Howard A. Hanson Dam is located on the Green River 35 miles southeast of Seattle and the project l ies within the protected City of Tacoma Municipal Watershed. The dam is undergoing the construction of a new juvenile fish passage facility (not in this scope of work) located adjacent to the existing outlet works tower. Outflow from the new facility will be regulated through a new fish attraction water conduit by a radial gate and an emergency gate. The radial gate will be used to control flows through the new fish facility, and the emergency gate will be used during routine maintenance periods or in the event of an emergency. The gate opening in the fish attraction water conduit is 5-6 wide x 8-0 high for both gates and the opening will be located at the bottom of the new fish passage facility. " REQUIREMENT: Offerors must have a positive, proven track record in the industry. The government will provide required performance specifications and design dimensions of the gate to a selected contractor. The contractor will be responsible for the final design and manufacture of the assembl ies required for a hydraulically actuated radial gate and for a hydraulically actuated bonneted slide gate (emergency gate). The gate assemblies include the gate structure, seals, embedded seal plates/anchors, hydraulic actuator assemblies and steel liner sections. The design hydrostatic head is 195 feet. The gate manufacturer shall have a minimum of fifteen (15) years of experience in design and manufacture of hydraulic gates of comparable complexity and hydrostatic loading for civil works projects. The gate assemblies provided by the contractor will be installed by others during construction of the new fish passage facility. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/p roposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their interest, capability (personnel, facility, equipment, schedule slots, and materials) and ability to meet all requirements stated above. Firms responding to this notice must identify their companys capabilities to perform the requirements described herein, reference the number and indicate whether or not that they are a small business concern as defined in FAR 52.219-1. The NAICS code is 332312. The Small Business size standard is 500 employees. The information received as a result of this synopsis will be considered solely for t he purpose of determining whether to conduct a competitive procurement. A determination by the Corps not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Corps. The Cor ps does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price (FFP) contract will be awarded in 2008. All responses may be sent via e-mail to: sharon.j.gonzalez@usace.army.mil or mailed to Contracting, U.S. Army Corps of Engineers, Attention: Sharon Gonzalez, P.O. Box 3755, Seattle, WA 98124. Fax Number: 206-764-6819. Responses to this sources sought synopsis are due in the office by Close of Business (COB) 26 February 2008.
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN01497480-W 20080202/080131224821 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |