Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
MODIFICATION

J -- This is a Request for Information (RFI) for market survey purposes only.

Notice Date
12/19/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S15X0001
 
Archive Date
12/19/2015
 
Point of Contact
Thomas Cooper, 501-340-1255
 
E-Mail Address
USACE District, Little Rock
(thomas.n.cooper@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation for proposals and no contract shall be awarded from this announcement. This announcement supports FAR Part 10 Market Research. The McClellan-Kerr Arkansas River Navigation System (MKARNS) extends from the mouth of the White River and along parts of the White, Arkansas, Verdigris rivers approximately 445 navigation miles to the head of navigation near Catoosa, Oklahoma. In addition to the navigation channel, the system includes 18 navigation locks and dams and 4 federally-owned hydropower plants on which heavy, maintenance and repairs are required. Since the system was opened in 1971, the heavy maintenance on the locks and dams and the river-based maintenance on the hydropower plants has been performed by three U.S. Army Corps of Engineers (USACE) marine terminals, located at Sallisaw (OK), Russellville (AR), and Pine Bluff (AR). Typical, heavy maintenance and repair activities include, but are not limited to: setting closure and dewatering various project features; removal, repair/rebuild, and replacement of mechanical and electrical components for gate and valve operating machinery on the locks and dams; removal, repair/rebuild, and replacement of various lock components (e.g. mooring bitts, wall armor, anodes, miter gate and tainter valve seals, miter gate contact blocks, lubrication systems, top and bottom miter gate anchorage, tow haulage, etc.); replacement of electrical control and feeder wiring; replacement and/or structural repairs to steel and concrete components; cleaning, prepping and in-situ painting of steel structures; clamshell dredging of lock chambers and approaches, bridge spans, and hydropower plant forebays and spoil disposal in designated areas; repair of stone dikes and revetments; diving to perform inspections and perform repairs; and providing support to flood-fighting activities on and away from the MKARNS (sandbagging, pump delivery and operation, etc.). Availability of the system for commercial navigation is a key objective. In the event of failure of a critical component, USACE marine terminal crews have historically ceased current activities and begun mobilization to the failure site within one-to-two calendar days. Maintenance and repair activities are conducted to the greatest extent possible during high flows and poor weather. The activities involve work under bridges at times and often involve use of crane-supported work platforms for personnel. USACE is seeking information regarding heavy maintenance and repair services to support the system, such as mentioned, above. These services may include performance of maintenance and repair work and/or logistical support to the fleet. There is no solicitation package available at this time. All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments or questions to Mr. Thomas Cooper, email: thomas.n.cooper@usace.army.mil or address: USACE-CT, 700 W Capital Ave Room #7315, Little Rock, AR 72201. All responses should not exceed 25 pages in total excluding any company brochures. All responses should be received no later than COB Wednesday, 21 JAN 2015. All questions and comments must be in writing (electronic e-mail responses are acceptable), no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The anticipated requirement is to provide plant and personnel to perform heavy maintenance and repair on the MKARNS. 1. Does your company currently perform heavy maintenance and repair activities on water-based infrastructure IAW OSHA and/or USACE safety requirements? If yes, please provide specific examples. 2. Does your company have mission-ready personnel and plant to perform heavy maintenance and repair activities on water-based infrastructure? If yes, please provide specific information about your staffing and plant. 3. The Government is interested in understanding the best commercial practices associated with acquiring heavy maintenance and repair services on the MKARNS. Describe your company's commercial processes associated with acquiring/providing these types of services. 4. Describe the methodology your company would employ to support/accomplish unique, repair activities on critical systems of water-based infrastructure. 5. What financial-size contract is needed to attract your interest to work on the MKARNS? 6. In what areas of the United States does your company operate? What would be a representative amount of time for you to mobilize plant and personnel to locations on the MKARNS, including Pine Bluff and Russellville in Arkansas and Sallisaw in Oklahoma. 7. Does your company have a Defense Contract Management Agency (DCMA) approved accounting system? If not, what is the status of your firm's accounting system relative to performing on a cost or FFP type contract? If you are interested in and are capable of providing the required activities, please provide the following information in your response: - Company Name and Address - Point of contact Name, Phone Number and e-Mail Address - Company's Dun & Bradstreet D-U-N-S Number - Business size and socioeconomic category (see www.sbc.gov for additional information) - If Small, does your firm qualify as a Small Emerging Business or Small Disadvantaged Business? - If Disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? - Is your firm a SBA-certified HUBZone firm? - Is your firm a woman-owned business (51% or more)? - Is your firm a certified Service-Disabled Veteran-Owned Small Business or Veteran-Owned Small Business? This is market research only and not a solicitation for requests for proposal. No reimbursement for any costs associated with providing information in response to this announcement or any follow-up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. Contracting Office Address: USACE-CT, 700 W Capital Ave Room #7315, Little Rock, AR 72201 Place of Performance: CONUS, Arkansas and Oklahoma Point of Contact: Mr. Thomas Cooper, email: thomas.n.cooper@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S15X0001/listing.html)
 
Record
SN03601155-W 20141221/141219234616-4c93af4d04d5de86cc9e9c0ce0b557fc (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.