Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SPECIAL NOTICE

Z -- Grout Injection John Day Dam Drainage Gallery

Notice Date
3/14/2018
 
Notice Type
Special Notice
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
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
W9127N18R0044
 
Point of Contact
Derek Caputi, Phone: 5038084613
 
E-Mail Address
derek.caputi@usace.army.mil
(derek.caputi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. 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. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a Construction contract for grout injection to seal monolith joints within the drainage gallery of the John Day Dam located in Rufus, Oregon. Work includes drilling holes into the current cover plates and performing grout injection into joint openings under pressures (i.e., joints or openings from ¼" to ¾" and a minimum of 100 ft of head or 40 psi), and the fabrication and installation of steel weldments to tight tolerances covering those grouted Joint openings. Anticipated period of performance will be summer 2018 when the river is lowest, gallery is driest and pressure is least. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. 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. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience as drilling holes into cover plates and performing grout injection into joint openings under pressure (i.e., joints or openings ranging from ¼" to ¾" and a minimum 50 feet of head or 20 PSI), and the fabrication and installation of steel weldments to tight tolerances covering those grouted joint openings. Two projects maximum will be accepted for review. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 238110, Concrete and Grouting Contractors The size standard: $36.5M Federal Service Code: Z2KA, Repair or Alteration of Dams 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 duration is estimated at 90 calendar days. The estimated Magnitude of Construction for this project is between $500,000.00 and $1,000,000. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N18R0044 John Day Drainage Gallery. Please send to Derek Caputi, Contract Specialist, at Derek.caputi@usace.army.mil by 2:00 pm Pacific Standard Time Monday, March 26, 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. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Provide two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, and the dollar value. 5. 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/W9127N18R0044/listing.html)
 
Place of Performance
Address: John Day Dam, Rufus, Oregon, United States
 
Record
SN04853775-W 20180316/180314231012-c3c0e11e5cf747256cdb64eb01346628 (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.