Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOURCES SOUGHT

Z -- John Day Dam Monolith Drainage Repair

Notice Date
4/15/2016
 
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, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-16-R-0067
 
Archive Date
5/31/2016
 
Point of Contact
Daniel J. Ellis, Phone: 5038084603
 
E-Mail Address
daniel.j.ellis@usace.army.mil
(daniel.j.ellis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
John Day Dam Monolith Drainage Repair: This is not a solicitation. This Sources Sought Announcement is for the purpose of identifying firms which are capable and interested in offering a proposal for the following project: The JDA Powerhouse has been experiencing significant water flow through monolith construction joints and failed water stops. Water flow has exceeded the floor drainage collection system capacity in some areas (floor flooding with water running into electrical cases), galleries flooded with standing water, drainage channels overflowing, and volumes potentially exceed the drainage sump capacity. The presence of flowing, squirting, and free standing water is creating a safety hazard to personnel, and affecting downstream performance of the oil water separation systems. This project is intended to implement corrective actions to correct some of these deficiencies and to identify necessary changes as well as how they would be implemented in the Powerhouse drainage systems. Specifically, this project is focused on corrective measures in the drainage gallery (a.k.a. grout gallery) to repair the leakage being experienced at the monolith joints. It is anticipated that there will be some small ancillary work like small pump and pipe installation, electrical conductors, conduit re-routing, and lighting upgrades. There are also small ancillary air and water lines that will have to be repaired or replaced. Sources Sought Purpose: Cursory market research has indicated that injectable hydrophobic and hydrophilic urethanes, grouts, and other materials have been successfully used to repair cracks in concrete and failed waterstops with similar pressure and joint movement requirements. The objective of this sources sought is to determine whether enough industry participants exist to help develop an execution specification to repair the failed waterstops that is part of this project's scope of work. The government believes that the best technical approach will likely become a two or more stage injection process utilizing a combination of hydrophilic and hydrophobic grout products into drilled slots and/or holes, replacement of existing rubber and steel components, and a second injection afterward at an optimal seasonal time. Two examples of products that could be used in support of this approach are "Resiplast Spetec PU H100" and "Strata-Tech, Inc ST-504". SOURCES SOUGHT SUBMITAL REQUEST: The solicitation/contract will incorporate the following elements of work: Surface Stops Grout Injection Semi-Permanent Barrier Lighting/Pumping Upgrades Surface stops Grout Injection Firms interested in working on this project should submit company profile sheets with experience and past performance showing proficiency in: • Experience with surface stops • Grout Injection • Semi-permanent barrier • Lighting/Pumping Upgrades The government would also appreciate any feedback on the current proposed technical approach. Information from firms who respond to this announcement by submitting a statement addressing their experience and past performance will be used in the Government's determination of whether to sole source this requirement or open it to competition. Interested parties must respond to this sources sought announcement in writing, indicating their experience (what your firm did) and past performance (how well your firm did it) in performing work of the type described above (no more than 5 projects). Information should provide enough technical detail to be able to verify the system and attributes required above. State whether your firm was the prime contractor or a subcontractor for each project you reference. Include information regarding your firm's business size (large, small, HUBZone, small disadvantaged, small veteran-owned, small service-disabled veteran-owned, or small woman-owned business). The NAICS code for the predominant portion of this work is 237990, and the small business size standard is no more than $36,500,000 in average annual receipts. Please also include your firm's DUNS number and bonding capacity and a point of contact for any follow up. Send your response by email to Mr. Daniel J. Ellis at the following email address: Daniel.j.ellis@usace.army.mil. Deadline for response is close of business, 16 MAY 2016. Point of Contact for small business questions or assistance is the Portland District Small Business Specialist, Carol McIntyre at: Carol.A.Mcintyre@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0067/listing.html)
 
Place of Performance
Address: John Day Dam, Oregon, United States
 
Record
SN04085307-W 20160417/160415234024-ac6c576f22a55165676bf735fadf78db (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.