Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOURCES SOUGHT

Z -- Willamette Falls Locks (WFL) Seismic and Safety Upgrades

Notice Date
5/25/2021 8:04:28 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N21B0009
 
Response Due
12/18/2020 2:00:00 PM
 
Archive Date
07/10/2021
 
Point of Contact
Jordan M. Quantock, Kristina K. Morrow, Phone: 5038084628
 
E-Mail Address
Jordan.m.quantock@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(Jordan.m.quantock@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis: 1. General. This is a SOURCES SOUGHT and is for informational/market research purpose 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 contract for the Willamette Falls Locks (WFL) Seismic and Safety Upgrades. The proposed project will be a competitive, firm-fixed price (FFP) construction 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 Source Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry. 3. Project Description. The U.S. Army Corp of Engineers, Portland District, has a requirement to provide seismic and safety upgrades to the Willamette Falls Locks in Clackamas County, Oregon. This project will provide minimum repairs in order to reduce risks of an uncontrolled release of the Willamette Falls pool in the event of a seismic event and meets the constraint of maintaining the existing flow within the aquatic corridor near and around the Willamette Falls for Endangered Species Act related concerns. The work is anticipated to occur from January 2022 through December 2022. The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. The following information discusses critical features and notable constraints involved with this project.� However, this section does not capture all of the expected scope, nor does it incorporate final design solutions.� Structural Scope: The scope of this project is to stabilize the masonry guard lock wall, the concrete canal basin wall, and two masonry miter gate monoliths. For the masonry guard lock wall and monoliths, this will include placing post-tensioned rock anchors, placing reinforced concrete, and anchoring steel rods to the existing masonry.� This will all be done in an area with limited access during a limited construction window.� The work site will be wet and managing water will be important. For the canal wall, this will include demolition of concrete on metal deck, removal of existing post-tensioned steel rock anchors, installation of new post-tensioned steel rock anchors, and rebuilding the concrete on metal deck to match existing conditions. Construction means and methods generally include, but are not limited to: Concrete cutting/demolition Existing post-tensioned rock anchor removal Vertical drilling/coring in concrete with depths of 50 to 100 feet Grouting of existing concrete Horizontal drilling through masonry wall and patching of the hole Rebar preparation, concrete form construction, concrete placement Management of water through a construction site Constraints: Access to the site is limited. To access the site by land you must pass through private property not owned by USACE.� The only access route is over a bridge that has a 15,000lb weight limit.� Access includes passing through an active warehouse and other obstructions which limits the size of equipment and frequency of access. Because of this, large equipment will be difficult to get to the site. Access could be achieved with a barge, but only from the upstream side of the lock.� Because the lock is not operational, no watercraft access is available from the downstream side.� Access to the PGE forebay, which will be required for stabilization of the guard lock, will be limited in duration and will likely occur during the winter. The lock is a historic site, and care must be taken to maintain the historical nature of the site. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s ability to perform this requirement when making procurement decisions Point of Contact for small business questions or assistance in the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N21B0009, Willamette Falls Locks (WFL) Seismic and Safety Upgrades. Please send to Jordan Quantock, Contract Specialist, at Jordan.m.quantock@usace.army.mil by 2:00pm Pacific Standard Time 18 December 2020. A firm�s response to this Sources Sought shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. 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). Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. Provide a minimum of one project similar in size, scope and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/ff65ea8a527f4ffc9a46960ba8e04d8d/view)
 
Place of Performance
Address: Oregon City, OR 97045, USA
Zip Code: 97045
Country: USA
 
Record
SN06012823-F 20210527/210525230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.