Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOURCES SOUGHT

Z -- Bonneville 1 Lamprey B-Branch Entrance Improvements

Notice Date
8/18/2022 6:32:07 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
W9127N23R0006
 
Response Due
9/2/2022 2:00:00 PM
 
Point of Contact
Aragon Liebzeit, Phone: (503) 808-3713, Clinton Jacobsen, Phone: 5038084951
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil, clinton.m.jacobsen@usace.army.mil
(aragon.n.liebzeit@usace.army.mil, clinton.m.jacobsen@usace.army.mil)
 
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) anticipates advertising a solicitation for the Bonneville 1 Lamprey B-Branch Entrance Improvements on Bradford Island, at the Bonneville Lock and Dam near Cascade Locks, in Multnomah County, Oregon. 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 and other key acquisition strategy decisions. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Businesses, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZones), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small Business (SDVOSB). 3. Capability Statements: Contractors should demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of three projects will be accepted for review. The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s capability to perform the requirements. North American Industrial Classification Code (NAICS): NAICS Code 237990 � Other Heavy and Civil Engineering Construction Small business size standard: $39.5 million Federal Service Code: Z2KA -- Repair Or Alteration Of Dams 4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to improve lamprey passage and collection facilities at the Bradford Island fish ladder in accordance with the details provided below. Furnish and install a new variable width weir at the entrance to the B-Branch of the Bradford Island fish ladder. Furnish and install steel bollards on the floor of the B-Branch ladder entrance to guide lamprey to a new flume system. Furnish and deliver an aluminum lamprey flume system and collection tank. Furnish and install handrails for safe access to the lamprey flume. Furnish and install a water piping system to provide forebay water to the new lamprey collection tank. Includes a new concrete bulkhead in an existing channel and a new trash rack with lifting machinery. The scope of this project consists of the Contractor furnishing all supervision, engineering, labor, materials, and equipment to perform the work in strict accordance with the detailed requirements of this contract. Contract duration is estimated to be approximately 1 year from notice to proceed (NTP). Current estimated schedule is award in spring of 2023, fabrication spring and summer and construction during de-watering period fall 2023 to winter of 2024. The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: Bonneville 1 Lamprey B-Branch Entrance Improvements. Please send responses to Aragon Liebzeit, Contract Specialist, at aragon.n.liebzeit@usace.army.mil by 2:00 pm Pacific Standard Time on Monday, September 2, 2022. A Firm�s response to this Sources Sought shall be limited to five (5) pages and is requested to include the following information: Firm�s name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID number from SAM.gov, 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), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or 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 maximum of three examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the dollar value. The Government may verify information in CPARS or PPIRS. 6. 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 at SAM.gov. 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://sam.gov/opp/32878fa9cf0a49599eedd398eb7d13cd/view)
 
Place of Performance
Address: Cascade Locks, OR, USA
Country: USA
 
Record
SN06433401-F 20220820/220818230130 (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.