SOURCES SOUGHT
54 -- Ice Harbor Dam and Little Goose Dam Spare Tailrace Draft Tube Stoplogs
- Notice Date
- 4/3/2015
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-15-R-SS27
- Response Due
- 5/5/2015
- Archive Date
- 6/4/2015
- Point of Contact
- Cynthia Jacobsen, 509-527-7203
- E-Mail Address
-
USACE District, Walla Walla
(cynthia.h.jacobsen@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Location of work: Burbank, WA 99323 and Dayton, WA 99328 Point of Contact: Cyndi Jacobsen, Contract Specialist, 509-527-7203, cynthia.h.jacobsen@usace.army.mil REQUIREMENT DESCRIPTION The required work is to fabricate and deliver two complete sets of stoplogs: one set for Ice Harbor Dam and one set for Little Goose Dam. The stoplogs are inserted into slots at the tailrace of the dams and are utilized to dewater the draft tube of the generating units. At both dams, every hydro-generator has two tailrace slots (A/B). The Ice Harbor set of stoplogs will consist of 8 stoplogs total. Each slot requires top, second section, third section, and bottom stoplogs. The top, second and third stoplog at Ice Harbor are estimated to weigh 15.25 tons, 16.4 tons, 20 tons respectively, and are approximately 6'-3 quote mark tall, 35'-7 quote mark wide, and 3'-3 quote mark deep. The bottom stoplog is estimated to weigh 29.5 tons and is approximately 9'-8 quote mark tall, 35'-6 quote mark wide, and 3'-3 quote mark deep. Deliver this set of stoplogs to Ice Harbor Lock and Dam. The Little Goose set will consist of 6 stoplogs total. The stoplogs required per slot at Little Goose consist of top, middle, and bottom stoplogs. Each stoplog is estimated to weigh 33.25 tons and are approximately 11'-5 quote mark tall, 37'-5 quote mark wide, and 5'-1 quote mark deep. Deliver this set of stoplogs to Little Goose Lock and Dam. All stoplogs will be built from structural steel. The fabricator shall be certified under the AISC Quality Certification Program, Category CBR (Standard for Major Steel Bridges). The fabricator shall be certified on or before the date of award. After the stoplogs are fabricated, each stoplog will be painted with vinyl paint. Vinyl paints shall be spray applied. Areas that are inaccessible to spray shall be brush coated. Documentation of certification shall be submitted for all coating thickness gages. Magnetic flux thickness gages as described in ASTM D 1186 shall be used to make all coating thickness measurements on ferrous metal substrates. Paint shall have the composition as indicated in the formula V-766e, Vinyl-Type Gray Impacted Immersion Coating. The painting shall be performed by a qualified painting contractor. The Contractor shall be a certified SSPC QP 3 Painting Contractor. The American Institute of Steel Construction (AISC) administers a Quality Certification Program with an optional Sophisticated Paint Endorsement certification for steel fabrication shops who apply protective coatings prior to shipping steel to the field. SSPC accepts the AISC/SPE as an equal quote mark by intent quote mark to QP 3, with the exception of safety, health, and environmental compliance, which are not evaluated in the AISC program. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS 1)Your intent to submit a quote for this project when it is formally advertised. 2) Name of firm with address, phone, and point of contact. 3) The category of small business, such as 8(a), HUBZONE, or SDVOSB, etc 4) CAGE Code, DUNS number, or a copy of your System for Award Management (SAM) information. 5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in fabricating similar products, up to three (3) past projects for which your firm was the contractor. The SOC should be no more than three pages in length. 6) Submit a copy of the SSPC QP 3 or AISC/SPE quote mark Sophisticated Paint Endorsement quote mark Certificate verifying current certification under these requirements. 7) Indicate if your company can perform at least 51% of the work in accordance with FAR clause 52.219-14 Limitations on Subcontracting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS27/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN03688733-W 20150405/150403234323-f6f14ca5d23aa5f9db9f097bd2b824f9 (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 |