SOURCES SOUGHT
Y -- Stoney Gate Valve Repalcement
- Notice Date
- 11/6/2017
- 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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW18R0012
- Archive Date
- 12/16/2017
- Point of Contact
- Darrell Hutchens, Phone: 206-316-3877, Galen Freed, Phone: 206-316-3891
- E-Mail Address
-
darrell.d.hutchens@usace.army.mil, galen.t.freed@usace.army.mil
(darrell.d.hutchens@usace.army.mil, galen.t.freed@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed project is anticipated to be a competed, 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 237990, Other Heavy and Civil Construction; small business size standard is $36.5 Million. The Federal Service Code (FSC) is Y1KF. 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 25 percent of the cost of the contract, not including the cost of materials, with its own employees. U.S. Army Corps of Engineers (USACE), Seattle District, requires the replacement of the Hiram M. Chittenden Lock's large lock Stoney Gate Valve System. The magnitude of construction is $10 Million to $25 Million. The start date is to be determined. The work consists of: • Gate Valve Replacement: The Stoney gate valve system consists of six gate valves that control the filling and emptying of the Lake Washington Ship Canal large lock chambers. The valves are located in 14 feet tall by 8-1/2 feet wide culverts. The culverts and associated valves are accessible only when the large lock chambers are dewatered by the Government. The scope encompasses demolition, removal, and replacement of the existing Stoney gate valves, valve guides, valve bases, machinery and incidentals related to work. This work is to be spread over three separate dewatering events. • Control Panel Replacement: The existing control panel is a partially programmable logic controller (PLC) based with additional hardwired controls and indicators. The PLC system primarily handles miter gate operation, and is vulnerable to disruption in the system (i.e. lightning strikes). The scope encompasses demolition, removal, and replacement of the Chittenden control panel, extension of fiber optic cabling, and incidentals related to work. The new system will utilize a master PLC and six Remote I/O Panels (RIOPS) each located in a miter gate machinery recess. RIOPS will provide localized control of the associated Stoney gate valve, and will additionally provide localized control of miter gate operations. The master/RIOP system will utilize a fiber optic ring network. Existing fiber optic cables will be incorporated into the new system and augmented with additional fiber optic cabling. Industry Day / Site Visit: The Government will have an Industry Day / Site Visit on 14 November 2017 at 9:00am in the Chittenden Locks Visitor Center Theater. Once the briefing is completed a tour of the Stoney gate valve system will be offered to all in attendance, gloves, a hard hat and waterproof boots are required. Site Visit Registration: All personnel wishing to attend the Industry Day / Site Visit please contact Brian Nelson no later than 13 November 2014 at 1:00 pm (Pacific) via email, Brian.C.Nelson@usace.army.mil. Requests for attendance received after 1:00 PM the day prior to the site visit date will not be accepted. Due to limited field staff available for site visits, only one site visit will be offered. Individual requests for site visits will not be granted. Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve Offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the solicitation, specifications/plans, or related documents. Each individual must have valid government picture identification on his/her person while at the project site. There can be no substitutions of one individual for another. If an individual arrives at the site visit without having RSVP'd ahead of time and/or without picture identification, that individual may not be allowed on the project. Project Specific Requirements: Interested firms should submit a capabilities package, limited to ten 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. Three (3) to five (5) examples of past projects as the Prime Contractor for hydraulic machinery upgrades of similar size, complexity and scope completed within the last ten years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; b. Demolition and removal of existing electromechanical lock and dam gate machinery c. Design, fabrication, and installation of hydraulic drive lock gate equipment including hydraulic cylinders d. Design, fabrication, and installation of lock and dam hydraulic steel structures e. Design, installation, and commissioning of PLC operating systems for industrial applications or for lock and dam control systems 4. Provide your companies CAGE code. 5. Firm's Joint Venture Information, if applicable. 6. The Contractor will be expected to use RMS/QCS, the program USACE uses to monitor project status. The Government Staff will use the RMS program and the Contractor Staff will use the associated QCS program. Details on the QCS program can be found at the following website: http://rms.usace.army.mil/QCS/Index. 7. 7. Bonding Information: a. Provide the following, on the bonding company's letterhead: i. Bonding Limits 1. Single Bond 2. 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. Other commitments that might interfere with performance of the contract. 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 1 December 2017. The responses should be forwarded to the attention of Darrell Hutchens, Contract Specialist, by email: darrell.d.hutchens@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/W912DW18R0012/listing.html)
- Place of Performance
- Address: 3015 NW 54th St, Seattle, Washington, 98107, United States
- Zip Code: 98107
- Zip Code: 98107
- Record
- SN04732187-W 20171108/171106230815-16f4fd796fbfb99aeb9ddd5e8638adbd (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 |