Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

Z -- Lock and Dam 4 Tow Haulage Rail Repair

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-16-SS-0012
 
Archive Date
3/16/2016
 
Point of Contact
Laura D. Nabity, Phone: 651-290-5406
 
E-Mail Address
laura.d.nabity@usace.army.mil
(laura.d.nabity@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: W912ES-16-SS-0012 LOCK AND DAM 4 TOW HAULAGE RAIL REPAIR This is a SOURCES SOUGHT Notice for market research purposes only. The U.S. Army Corps of Engineers St. Paul District is seeking interested Small Businesses with personnel possessing certification for installing epoxy anchors and in welding who are capable of removing existing rail clips and installing new rail clips for the tow haulage system at Lock and Dam No. 4, located in Alma, Wisconsin. This announcement is for information and 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. NO AWARD will be made from this Sources Sought Notice. This is NOT a Request for Proposal or Quote (RFP/RFQ) or an Invitation for Bid (IFB). The purpose of this NOTICE is to gain knowledge of small businesses interested and capable of performing this type of work AND who are certified in the ACI-CRSI Adhesive Anchor Installation Certification Program. DESCRIPTION of WORK: Work involves, but is not limited to, temporary removal of the existing rail, removal and reinstallation of traveling kevel, proper offsite disposal of existing rail clips, concrete repair, fabrication and installation of the new rail clip system (including rail anchors, bed plates, and clips), reinstallation of the rail, and demonstration that the traveling kevel is able to freely traverse the entire length of the rail without binding or getting hung up. The work involved requires several areas of specialized construction, and sufficient resources and expertise. Portions of the work maybe scheduled from November through March which will require working in the elements without schedule considerations for cold weather and additional effort to prevent equipment from getting iced in. There are significant requirements for cold weather concrete replacement and curing. Work includes all parts, material, equipment, and labor. The Contractor responsible for installing the adhesive anchor system shall have successfully completed the ACI-CRSI Adhesive Anchor Installation Certification Program and shall be certified as an Adhesive Anchor Installer and have qualified welders with AWS D1.1 certification. The North American Industry Classification System (NAICS) code is 237990 with a small business size standard of $36.5 million. The estimated price is between $250,000 and $500,000. All interested Small Businesses are encouraged to submit a brief capabilities statement package, no more than 2 pages in length, addressing the following: 1. Business name, address, and point of contact 2. DUNS number and CAGE code 3. Statement of capability which demonstrates the firm's ability to successfully perform the construction work in cold weather 4. Date certified in the ACI-CRSI Adhesive Anchor Installation Certification Program and number of certified employees 5. Welding AWS D1.1 certification date and number of certified employees Responses are due by 2:00 p.m. (CST) on Tuesday, 1 March 2016. Please submit your response to Laura Nabity, Contract Specialist, by email (preferred) to: laura.d.nabity@usace.army.mil. Or mail to: USACE St. Paul District, Contracting Division, Attn: Laura Nabity, 180 5th Street E., Suite 700, Saint Paul, MN 55101-1678. Or FAX: 651-290-5706. Do not submit proposals or bids in response to this Notice. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-SS-0012/listing.html)
 
Place of Performance
Address: Lock and Dam #4, Alma, Wisconsin, 54610-4421, United States
Zip Code: 54610-4421
 
Record
SN04018729-W 20160213/160211235210-9b92efac55e21639efa5645d04490041 (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  © 1994-2020, Loren Data Corp.