Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOURCES SOUGHT

Y -- Dam maintenance: Lake Isabella, Success Lake, Lake Kaweah, Pine Flat Lake, Hensley Lake, Eastman Lake, New Hogan Lake, Englebright Lake, Martis Creek, Black Butte Lake, and Merced Stream Group (Burns, Bear, Owens, and Mariposa Dams.

Notice Date
2/7/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-11-SS-0038
 
Response Due
2/22/2011
 
Archive Date
4/23/2011
 
Point of Contact
Monica D. Walker, 916-557-5182
 
E-Mail Address
USACE District, Sacramento
(monica.d.walker@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This SOURCES SOUGHT NOTICE is for Market Research ONLY to determine the availability of potential small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATIONS, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills, capabilities and bonding requirements necessary to perform the described project work are invited to provide feedback via email to Monica Walker at Monica.D.Walker@usace.army.mil. All responses shall be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include, but not limited to small businesses in the following categories: Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for dam maintenance and repairs, including but not limited to repairing bonneted slide gates in dam outlet works owned by the Sacramento District of the US Army Corps of Engineers (USACE). Work is to be performed on SPK dams throughout CA, including but not limited to the following locations: Lake Isabella, Success Lake, Lake Kaweah, Pine Flat Lake, Hensley Lake, Eastman Lake, New Hogan Lake, Englebright Lake, Martis Creek, Black Butte Lake, and Merced Stream Group (Burns, Bear, Owens, and Mariposa Dams). The capabilities will be evaluated solely for the purpose of determining to set-aside for the small business community or to conduct as an unrestricted procurement. Other than small businesses may respond to this NOTICE; however, the sole purpose of this notice is to determine small business capability. The government must ensure there is adequate competition among the potential pool of available contractors. This IDIQ contract is planned for advertisement in May, 2011. The estimated cost range according to the FARS 36.204 is between $1,000,000 and $5,000,000. Task Orders are not expected to exceed $3,500,000.00. The NAICS Code is 237990, Other Heavy and Civil Engineering Construction with a size standard of $33.5 million the Federal Supply Code is Z211, Maintenance/Dams. The duration of the IDIQ contract is five years, one base year with four option years. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. PROJECT OVERVIEW & SAFETY Task Orders under this contract will be for dam maintenance and repairs on all facets of dams owned by the Sacramento District (SPK), including but not limited to the following: Emergency/service gates, low flow gates, "Tainter" radial gates, measuring and monitoring equipment, piezometers, plumb line stations, relief wells, float-wells, conduit liners, penstocks, breast-walls, trash racks, bulk head gates, all facets of painting and paint removal, all facets of concrete repair, spillways, intake structures, plumbing systems, electrical systems, hydraulic systems, pump systems, wing walls, drain holes, vertical drains, conduits, gate seals (including metal Babbitt seals)for dams located at SPK dams. All work, equipment, vehicles, and personnel shall comply with applicable safety regulations as set forth in EM 385 1 1, "Safety and Health Requirements Manual." A copy will be available at Park Headquarters for review or at the following link: http://140.194.76.129/publications/eng-manuals/em385-1-1/2008_Dari/toc.htm Work inside outlet work conduits shall be accomplished after the conduits have been isolated and de-watered by dam operations personnel. Operation of all mechanical and electrical systems within the dam and appurtenant structures shall be performed by dam operations personnel only. The extent of cavitation damage to the conduit liners will vary by conduit at the different dam locations and water leakage past the isolation gates may likely be encountered. It is incumbent upon the Contractor to verify actual field and site conditions. The work performed in the outlet works conduits will be in a Permit Required Confined Space and conditions inside the conduit will be cool, wet, and possibly humid. The Contractor shall have proper training and experience working in permit required confined spaces. The contractor will need to provide their own qualified confined space standby rescue team. Hazardous conditions and atmospheres that may be generated by the work to be performed in the confined space must be mitigated and workers properly protected. All work must be performed in compliance with all pertinent OSHA regulations and COE Safety Regulations as a minimum. Due to the current and caused conditions where work under this contract is to commence, the Contractor shall be required to develop and submit an activity hazard analysis to include confined space, respiratory protection, abrasive blasting (for paint preparation), welding work, fall protection, noise, hazardous atmospheres, etc., for each task order. In addition, a confined space plan along with a respiratory protection program shall be submitted to the Contracting Officer for approval. A copy of the approved plans shall be provided by the Contractor to the Contracting Officer or his/her designated officials prior to work under this contract and upon request. PROJECT DESCRIPTIONS: The following project descriptions are not intended to encompass all work to be performed under this contract. Although it is a representation of repairs and maintenance activities on SPK dams, the contractor shall be responsible for all facets of dam maintenance and repairs. Repair of Steel Liners: The steel liners at various projects have experienced cavitation damage (Photo 1) or heavy corrosion (Photo 2) and are in need of repair. A typical location where cavitation damage has occurred is along the liner surfaces immediately downstream of the service slide gates and in the slide gate guide slots. Repair of Bonneted Slide Gates: The bottom seal on a number of slide gates are heavily pitted from cavitation damage or corrosion (Photo 3) permitting excessive water leakage. The pitted/corroded sections will need to be removed and the original section restored using a weld build-up method. Concrete Repair Work: ASR concrete deterioration or corrosion induced concrete deterioration exists at numerous projects in various locations including but not limited to the outlet works, spillway, and bridge abutments (Photo 4 though Photo 6). The deteriorated concrete will need to be removed the structure restored to original condition. ************************************************** CAPABILITY STATEMENT The following requests are designed to apprise the U.S. Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please include the following in your response: 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity, including company structure and in-house capabilities; provide a minimum of 1 example of comparable work performed for each of the following activities over the past 5 years: a.Confined Space. Examples of work in a Permit Required Confined Space. b.Welding. Examples of vertical and overhead welding in a confined space. The number of certified welders with confined space certification available. c.Painting. Examples of painting work performed in a wet, humid, confined space. d.Sandblasting. Examples of sandblasting work performed in a confined space. e.Concrete work. Examples of repairs to cavitation and/or ASR related damage. f.Slide Gate Repair. Examples of prior experience working. g.Babbitt seal work. The Contractor shall have previous experience pouring and handling molten metals and shall be familiar with the properties and finishing of Babbitt metal. Submit written verification. Example work shall include a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of the project. 4) Offeror's type of small business and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) and certification if applicable. 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's bonding capability in the form of a letter. The Capabilities Statement for this sources sought notice is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the U.S. Army Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Interested Firm's shall respond to this Sources Sought Synopsis no later than 5:00 PM Pacific Time on 22 February 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Submit responses by email to: Monica Walker at Monica.D.Walker@usace.army.mil. Or mail your response to Monica D. Walker, USACE Sacramento District, 1325 J Street, Room 878, Sacramento, CA 95814. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-SS-0038/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02374395-W 20110209/110207234152-d13126daaa20d238cedddd349bbdaea7 (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 |
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.