Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
SOURCES SOUGHT

Z -- Flood Control Tunnel Interior Repairs, Garrison Dam, North Dakota - MSC 11

Notice Date
10/2/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-13-S-C001
 
Response Due
10/12/2012
 
Archive Date
12/11/2012
 
Point of Contact
Polina Poluektova, 402-995-2091
 
E-Mail Address
USACE District, Omaha
(polina.a.poluektova@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement Date: 2 October 2012 SOLICITATION NO.: W9128F-13-S-C-0001 Class Code: Z NAICS Code: 237990 Subject: Garrison Dam Flood Control Tunnel Interior Repairs - MSC 11 Set Aside Code: N/A Response Date: 12 October 2012 Place of Performance: USACE Omaha District, Garrison Project Office, Riverdale, ND 58565 This is a request for SOURCES SOUGHT. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals or bids are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS OR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers has been tasked to solicit for and award a project to include repairing the interior of the flood control tunnel at Garrison Dam. The proposed project will be a fixed price contract, and the type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this sources sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB) Section 8(a) Historically Underutilized Business Zones (HUB-Zone) Service-Disabled Veteran-Owned Small Business (SDVOSB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Small business-led teams Small business joint ventures Other than Small (OTS) concerns The Government must ensure there is adequate competition among the potential pool of responsible contractors. PROJECT DESCRIPTION: Completion Time: 180 days North American Industry Classification System (NAICS) Code: 237990 Small Business Size Standard: $33.5 Million Full Description of the Project: 1)Removal and replacement of the Intake Structure gantry crane wire rope. The new wire rope shall be between 1.125 and 1.141 inches in diameter high carbon steel with a zinc coating or stainless steel and 5,300 feet long with a breaking strength of at least 160,000 pounds and be of 2160 Class Tower Crane construction (compacted rope). Cleaning the Crane: the Contractor shall remove tar and debris from the crane drums, level winder assembly, and the crane and lifting beam sheaves. 2)Removal of the east (left) side air seal on flood control tunnel regulating gate no. 7 and installation of new east (left) side air seal at the same gate with Government-supplied seal. Removal and replacement of the east side air seal will require the regulating gate to be in the raised position with the dogging devices to be fully engaged. Two dogging devices on each gate shall be dissembled and cleaned and then reassembled. All rotating and sliding parts shall be lubricated with a waterproof grease prior to reassembly. 3)The trunnion bearing oiling system shall be drained and the oil seals removed and replaced on three (3) flood control tunnel regulating gates. 4)The trunnion bearing oiling system shall then be refilled and evaluated for leaks and other system defects. 5)The top seal heaters and covers shall be unbolted and removed from the top seals on all regulating gates. New top seal heaters and covers shall be installed. The contractor shall provide a crane to install downstream stop logs in flood control tunnel along with contractor equipment necessary to complete the work. There are five stoplogs that can set in the downstream end of any regulating tunnel. With the stoplogs in place the tunnels can be dewatered for maintenance. There are only enough stoplogs to dewater one tunnel at a time. Each stoplog is approximately 5 feet high, 30 feet long, and 2 feet thick. Each stoplog, without the lifting beam and rigging, weighs approximately 14,000 pounds. The contractor has the option to install equipment on the downstream end of the flood tunnel for personnel access. All items removed shall become the property of the Contractor and shall be disposed of properly In addition the Government may exercise the following options: Option 1 - Manufacture of one east (left) side regulating gate air seal. Option 2 - Repair regulating gate trunnion bearing lubrication system based on the system evaluation performed as part of the Basic work. Option 3 - Install new air supply lines to regulating gate seals. Option 4 - Repair and repainting of the flood control tunnel gantry crane lifting beam. Option 5 - Non-destructive testing (NOT) of welds on each of the three (3) flood control tunnel regulating gate. Option 6 - Clean and repaint flood control tunnel articulation joint covers and plates when the flood control tunnels are dewatered. Flood control tunnels #7 and #8 have one rectangular and three circular articulation joints. Flood control tunnel #6 has one rectangular and one circular articulation joint. Prior Government contract work is not required for submitting a response under this sources sought announcement. Anticipated solicitation issuance date is on or about 6 November 2012, and the estimated proposal due date will be on or about 7 December 2012. The Pre-Solicitation Notice citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and firms are invited to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this SOURCES SOUGHT shall be limited to ten (10) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code, and DUNS number. Please include existing Joint Venture information if applicable. 2. Firm's small business category and business size in relation to the NAICS Code 237990. 3. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 4. Firm's project and past performance information addressing the capability to perform a contract of this magnitude and complexity completed within the past six (6) years. At least three (3), but no more than five (5) project examples must clearly demonstrate the firm's familiarity and experience on projects with similar scope as described above. For each project, include the following information: a. Size, duration, and complexity of job; b. Information on your role as either a prime contractor or subcontractor; c. Point of contact (POC) at the agency or prime contractor's organization to verify contract information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project; d. Overall past performance rating. 6. Please provide a brief description of your experience working on a design/build team on large, complex projects. Provide a POC (name, address, e-mail address, and telephone number) that can verify this experience. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Interested Firm's shall respond to this sources Sought no later than 1400 Central Daylight Time (CDT) 12 October 2012. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. For technical questions please contact, Ms. Laura Bentley or e-mail laura.a.bentley@usace.army.mil. Email is the preferred method when receiving response to this synopsis, but you may also mail your response to Polina Poluektova at: EMAIL: polina.a.poluektova@usace.army.mil MAIL: U.S. Army Corps of Engineers Contracting - Polina Poluektova 1616 Capitol Avenue Omaha, NE 68102-4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-13-S-C001/listing.html)
 
Place of Performance
Address: USACE Garrison Project Office P.O. Box 527 Riverdale ND
Zip Code: 58565
 
Record
SN02906782-W 20121004/121002234927-3749aa13e3c8c5ca37e00257b552c8ee (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.