SOURCES SOUGHT
Y -- WEBBERS FALLS UNIT 1 SPEED INCREASER REHAB
- Notice Date
- 10/5/2022 6:57:38 AM
- Notice Type
- Sources Sought
- NAICS
- 332710
— Machine Shops
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV23R0003
- Response Due
- 10/26/2022 12:00:00 AM
- Point of Contact
- shawn brady, Phone: 9186694984, Robert Connors, Phone: 9186697078
- E-Mail Address
-
shawn.brady@usace.army.mil, robert.w.connors@usace.army.mil
(shawn.brady@usace.army.mil, robert.w.connors@usace.army.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT � � � � � � � � � � � � � � � � � � � � � � � � � � � �WEBBERS FALLS UNIT 1 SPEED INCREASER REHAB � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �WEBBERS FALLS, OKLAHOMA This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The US ARMY CORPS OF ENGINEERS is seeking sources for a complete turn-key repair of the existing speed increaser at Webbers Falls Powerhouse, Oklahoma. Work includes design, fabrication, testing and installation of a completely new gear set, base rings, shrink rings, shrink lock rings, nuts, bolts, gear keys and related components as specified. The gear set consists of one low speed bull gear, two low speed pinions, two high speed gears and one high speed pinion. Disassemble, inspect, and reassemble the speed increaser with new gears, pinions, and other components.� Work also includes the disassembly, cleaning, inspection, and reassembly of the Falk speed increaser gearbox. Contractors must be capable of the following: 1.�������� Design and produce gears in accordance with AGMA standards to include AGMA 6032 and AGMA 6033.� These are the marine gear standards for design and material and are required because of the high horsepower. 2.�������� Repair of Falk Gear Boxes. 3.�������� Forging under ASTM A290 and ASTM A291 4.�������� Welding per AWS D1.1. 5.�������� Machining and heat treatment capabilities for gears up to 180� in diameter. 6.�������� Capable of meeting Metallurgical requirements of AGMA 923 and AGMA 6033. 95% Specifications and Drawings will be included, Tulsa District would invited comments from the industry. In accordance with FAR 36.204, the estimated magnitude of construction for this project is more than $10,000,000. Estimated duration of the construction phase of this project is to be determined. The North American Industry Classification System code for this procurement is 332710, which has a small business size standard of 500. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about (to be determined) and the estimated proposal due date will be on or about (to be determined).� The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms� responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address and business CAGE Code. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity. Include firm�s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 26 October 2022. All interested firms must be registered in SAM to be eligible for award of government contracts.� Mail, fax or email your response to Shawn Brady, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: shawn.brady@usace.army.mil. Phone No. 918-669-4984. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/79220f8d2809481c802ae539755f2cb0/view)
- Record
- SN06487917-F 20221007/221005230116 (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 |