SOURCES SOUGHT
Z -- CAP 076086 – Installation of Lightning Protection Systems: MOTCO, Concord, CA
- Notice Date
- 11/14/2012
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-S-0318
- Archive Date
- 12/31/2012
- Point of Contact
- Ryan J. Bayless,
- E-Mail Address
-
Ryan.J.Bayless@usace.army.mil
(Ryan.J.Bayless@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CAP 076086 – Installation of Lightning Protection Systems (4 locations in all) Military Ocean Terminal Concord (MOTCO) Concord, California This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Responses are being sought from qualified small business concerns possessing the technical/construction expertise and bonding capability to execute the work requirements. The required work elements include, but may not be limited to the following; installation of poles, catenary lightning protection systems (with ground loops), and exterior security lighting. Work performance may require multiple mobilizations in order to accommodate an on-going mission schedule, which will prohibit construction/occupation all non-essential personnel from occupying the tidal side of the installation during a mission. Interested contractors must be able to provide verifiable experience of performing similar projects that involve both electrical and civil disciplines working within areas having existing fill (bay mud). Description of Work: The installation (previously known as the Concord Naval Weapons Station) is now known as Military Ocean Terminal Concord (MOTCO), which the Department of the Army has taken possession from the Department of the Navy several years ago. The current areas that require Lightning Protection Systems were originally constructed (for the Department of Navy missions) without existing protection from lightning strikes. The current customer desires the installation of Lightning Protection Systems that are to cover the following 4 locations; Classification Yards 1 & 2, Building 177, and the “R” Buildings (#’s 1 through 4). These locations are separated from one another and are located on the Tidal Side of the Installation where there is the potential for uncovering Unexploded Ordnance. This situation will require special circumstances during the construction effort, which will include the employment of UXO Construction Support during all construction activities. The basic approach to the construction of the MOTCO Lightning Protection project will be to erect steel poles with construction of overhead catenaries. The lightning poles should be supported by 14 feet deep (3 feet diameter drilled) cast-in-place caisson foundations at all locations with the exception of the “R” Buildings location, where it is anticipated that four 16 inch square concrete precast piles will be driven 73 feet deep and a pile cap to be formed and poured after pile driving operations. The installation of the driven piles and the 8 pile caps on the North side of the “R” Buildings will require the use of a temporary construction pad (to support contractor’s equipment), which is to be located within a wetland area where the soils are considered very soft. It is expected that the contractor shall comply with all NEPA regulations during the construction activities while working within these wetland areas (located just north of the “R” Buildings). It is anticipated that Building 177 will require a total of eight new lightning poles, eighteen lightning poles for Classification Yard #1, twenty lightning poles for Classification Yard #2, and sixteen poles for the “R” Buildings. The lightning poles are required to be electrically grounded (via 2 copper clad grounding rods) with the stringing overhead catenaries, trenching for the installation of an underground bare copper counterpoise, and exothermic welding; which will be required at each lightning pole location. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Construction 2. Estimated construction range: $1 - $5 Million 3. NAICS Code: 238290 4. Business Size Standard: To be determined after responses to the sources sought are received and evaluated. 5. FSC Code: Z2QA 6. In accordance with FAR 52.219-14(b)(3), Limitation on Sub-Contracting: “General Construction. “The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials”. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. A firm-fixed price contract is anticipated to be awarded using sealed bidding criteria. Firm’s response to this Synopsis shall be limited to 10 pages and shall include the following information : · Firm’s name, address, point of contact, phone number, and e-mail address. · Firm’s interest in bidding on the solicitation when it is issued. Verifiable evidence of experience of performing installation of electrical protection systems that will require excavation and trenching within sensitive habitat areas and with the use of UXO Construction Support. · Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) – provide at least 3 examples. · Firm’s Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a). · Firm’s Joint Venture information if applicable – existing and potential Proof of available bonding capacity in the amount of at least $5,100,000.00. Documentation must be in the form of a statement from the contractor’s bonding company via letter from bonding company Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. Interested Firm’s shall respond to this Sources Sought Synopsis no later than 1:00 pm, Thursday, 29 November 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email responses to: Ryan.j.bayless@usace.army.mil, or Carol.a.dones@usace.army.mil mail responses to: USACE Sacramento District, Attn: Ryan Bayless, 1325 J Street, Rm. 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/W91238-12-S-0318/listing.html)
- Place of Performance
- Address: Military Ocean Terminal Concord (MOTCO) Concord, California, Concord, California, United States
- Record
- SN02930148-W 20121116/121114234002-92e7663eec805d252f367a0e921d7e80 (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 |