Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

Z -- Rehab Station Service Unit Draft Tube Gates & Operators, Bull Shoals Dam, White River, Baxter County, AR

Notice Date
5/9/2017
 
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, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-17-R-0004
 
Archive Date
6/8/2017
 
Point of Contact
Robert E.Buchanan, Phone: 5013401257, Marcus D. Mitchell, Phone: 5013401253
 
E-Mail Address
robert.e.buchanan@usace.army.mil, marcus.d.mitchell@usace.army.mil
(robert.e.buchanan@usace.army.mil, marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Rehab Station Service Unit Draft Tube Gates & Operators, Bull Shoals Dam, White River, Baxter County, AR This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a requirement that includes the rehab of station service unit draft tube gates & operators. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Contracting by Negotiations. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include Other than Small & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), WOSB, HUBZone, & SDVOSB are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the requirement to unwater the Bull Shoals Dam station service unit A and B draft tube, replace unit A's draft tube gate and components, rehabilitate unit B's draft tube gate and components, replace both units' draft tube gate actuators and electric power feeders, and incidental related work. The execution of the contract shall be completed by phases. The intent of the work phases in chronological order are to: 1) provide the means of unwatering the unit A and B draft tube; 2) assess the condition of unit A's gate frame connection to the draft tube; 3) rehabilitate unit B's gate components and replace both unit's actuators and electric power feeders; 4) provide unit A's gate and components as determined from the assessment conducted during phase 2. Unwatering the unit A and B draft tube will require the fabrication of a hydraulic steel bulkhead gate in accordance with AWS D1.5, construction of a concrete deck adjacent to the powerhouse tailrace, and installation of the bulkhead on the concrete deck. The installation of the bulkhead gate on the concrete deck shall be performed underwater within the tailrace pool. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Estimated duration of the project is 365 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000.00 The Federal Supply Code is Z2MD. Small Businesses & 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 14 July 2017, and the estimated proposal due date will be on or about 14 August 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction contracts with a similar scope, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, WOSB, or SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 pm on 24 May 2017. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Marcus Mitchell, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, marcus.d.mitchell@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-17-R-0004/listing.html)
 
Place of Performance
Address: Bull Shoals Dam, 2737 Powerhouse Road, Lakeview, Arkansas, 72642, United States
Zip Code: 72642
 
Record
SN04501712-W 20170511/170509235432-b8d3c050bda7c1f1d494f853f5eaa263 (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.