Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
SOURCES SOUGHT

Y -- Albeni Falls Dam Spillway Modification, Spillway Deicing

Notice Date
4/28/2016
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-16-B-0010
 
Point of Contact
Sara Edwards, Phone: 206-764-6070
 
E-Mail Address
Sara.Edwards@usace.army.mil
(Sara.Edwards@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Specialist Name: Sara Edwards 1. PR&C No: W68MD960336657 2. Title and Location: Albeni Falls Dam Spillway Modification, Spillway Deicing at Albeni Falls Dam, ID 3. FSC Code: Y 4. NAICS Code: 236210 5. Type of Set-A-Side: TBD 6. Response date: 05/09/2016 This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OFA PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB),8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236210, Industrial Building Contruction; small business size standard is $36.5 Million. The Federal Service Code (FSC) is Y1EZ. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Limitations on Subcontracting: The prime contractor, in accordance with FAR clause 52.219-14 Limitations on Subcontracting paragraph(c)(4) Construction by special trade contractors, will perform at least 25percent of the cost of the contract, not including the cost of materials, with its own employees. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPPS (WW.FBO.GOV). Responses to this SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. PROJECT INFORMATION: AFD Spillway De-icing Summary of Work: The contract will include work on four systems as follows: Bubbler System - Modify the existing bubbler system to repair a non-operational compressed air line and modify the design of the air outlets to minimize sediment plugging, and install new automatic valves to cycle the bubbler system more frequently to further prevent sediment plugging of the outlets. Most of the bubbler system for the spillway gates is part of the original design and construction of the dam. Spillway Gate Seals - Replace the seals on all of the upper spillway gate leaves with new seals that incorporate heated side seals, and also have a modified bottom seal design for improved sealing between gate leaves. The heated element will replace the problematic gate slot heaters which were in service in the 1950s. Hot Water System - Provide a new portable hot water system to use for localized ice melting operations at the spillway gates. There are two modes of operation for the new system: Electrical Feeder Upgrade - Increasing the capacity of the feeder that supplies power to the control panels on the spillway to allow the new heating elements to be used while having hoists in operation. REQUIREMENTS: Interested firms should submit a capabilities package, limited to five pages, to include the following: 1. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business). 2. Firm's interest in bidding on the solicitation if issued. 3. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 4. Information regarding the firm's owned equipment including vessel names, footprint of the dredges, bucket sizes, scow sizes, types of scows (flat deck, bottom dump, etc), and maximum dredging depths. 5. CAGE code and DUNS number. 6. Firm's Joint Venture Information, if applicable. 7. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b)Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Point of Contact for the Bonding Company. g. Other commitments that might interfere with performance of the contract. Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received as soon as possible but no Later than 2:00 pm (Pacific Time) on 9 May 2016. The responses should be forwarded to the attention of Sara Edwards, Contract Specialist, by email: sara.edwards@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-B-0010/listing.html)
 
Place of Performance
Address: Albeni Falls Dam, ID, Oldtown, Idaho, 83822, United States
Zip Code: 83822
 
Record
SN04098385-W 20160430/160428234603-17938cf85ebf38db6ce3465999183ca3 (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.