Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

Z -- Detroit Dam Tainter Gates Rehabilitation

Notice Date
3/12/2018
 
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
W9127N18R0045
 
Point of Contact
Jordan M. Quantock, Phone: 503.808.4627, Carolyn J. Randolph, Phone: 503.808.4681
 
E-Mail Address
Jordan.m.quantock@usace.army.mil, carolyn.j.randolph@usace.army.mil
(Jordan.m.quantock@usace.army.mil, carolyn.j.randolph@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General: This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. The point of contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. Contract Information: The U.S. Army Corps of Engineer (USACE) Portland District is seeking interest in small business firms that can demonstrate experience in the construction of Gate rehabilitation including all components of the Tainter gate system of the Detroit Dam located at Detroit, OR. Project Scope of Work: The U. S. Army Corps of Engineers (USACE) seeks a contractor to Structurally, Mechanically, and Electrically rehabilitate all six gates at Detroit Dam to address safety, functionality, and reliability of the system. The existing system includes six spillway Tainter gates, mechanical hoist machinery, and electrical controls for operating the gates. Specific project features include - 1.Strengthening hydraulic steel structures by adding cover plates and stiffeners on selected ribs of the Tainter gates 2.Replace trunnion bearings, wire ropes and their gate connection assemblies, thrust washers, seals and components as necessary 3.Replace hoist equipment, install load limiting devices, and redesign the brake system to be either redundant or rated for continuous duty 4.Replace electrical gate control equipment 5.Update gate operation warning system and signage in accordance with EC-1110-2-6071. Include installation of camera(s) and connection to security system. 6.Repair/replace all damaged or missing hand rails, guard rails and fall protection equipment to bring up to current EM385-1-1 standards 7.Install secondary oil containment systems around all oil or grease containing equipment that is near water or can drain into the dam sump. (Including trunnion bearings, intermediate shaft bearings, parallel gearboxes, worm drives, etc.) 8.The intake switchgear will also be replaced to increase the reliability of the power system including all the breakers, any contactors, transformers, PT's and CT's. A load shedding scheme and/or soft starts should be considered to prevent strain and tripping the diesel. 9.Replace/upgrade local indication at the gates and install staff gauges on all gates as backup to the local indication per EM 1110-2-6071 10.Replace limit switches to improve reliability Magnitude of Construction: The estimated cost of the project is between $10,000,000 and $25,000,000 NAICS: This effort is classified through the North American Industry Classification System (NAICS) under code 237990 - Other Heavy and Civil Engineering Construction. The Small Business Size Standard $36.5M. The FSC is Z1KA - Maintenance of Dams. Bid Schedule and Period of Performance: The bid schedule will include Base and Optional Items. Contractor must be able to perform two gates per year to include Mechanical, Structural and Electrical components. This work is to commence on or about July/August 2018 and to be completed on or about April 2021. Submission Requirement: A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope and specific features of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience of a maximum of 3 projects (2 projects from the prime contractor and 1 project from a major subcontractor) similar to or the same as the summary scope of work, project features, and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value, and a point of contact name, phone number and email address for the contracting organization. The Government may verify information in CPARS or PPIRS. 3) A statement of your firm's business size and type (Small business, HUBZone small business, service-disabled- veteran-owned small business, woman-owned small business, veteran-owned small business, or 8(a) or small disadvantaged business). 4) A statement of your firm's bonding capacity. 5) Provide a statement that your firm intends to submit an offer on the project when it is advertised. 6) Cage Code and DUNS number Submission Instructions: Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. Please e-mail responses to this sources sought notice to the Primary Points of Contacts, Carolyn J. Randolph at Carolyn.J.Randolph@usace.army.mil and Jordan.M.Quantock@usace.army.mil. E-mail is the preferred method for receiving responses to this pre-solicitation notice. Your response to this notice must be received on or before 2:00 PM Pacific Time on March 19, 2018. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N18R0045/listing.html)
 
Place of Performance
Address: Detroit Dam Spillway, Detroit, Oregon, 97342, United States
Zip Code: 97342
 
Record
SN04850997-W 20180314/180312231205-e53c4ef2b6e11e9716adde3785060405 (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.