SOURCES SOUGHT
Z -- Sources Sought - Jennings Randolph Lake Tainter Gate Rehab
- Notice Date
- 12/9/2022 10:59:54 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR-23-R-0019
- Response Due
- 12/26/2022 9:00:00 AM
- Point of Contact
- Sherry S. Rhoden, Michael J. Getz, Phone: 4109623455
- E-Mail Address
-
sherry.s.rhoden@usace.army.mil, Michael.J.Getz@usace.army.mil
(sherry.s.rhoden@usace.army.mil, Michael.J.Getz@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel, and capabilities for Contractors performing the work on the proposed project to rehabilitate the five Tainter gates at Jennings Randolph Lake to ensure the safety, functionality, and reliability of the Tainter gate system. The USACE, Baltimore District, requests letters of interest from potential PRIME construction contractors. � By way of this Market Survey/Sources Sought Notice (Notice), the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any construction requirements. Further, the USACE Baltimore District will not accept unsolicited proposals. Respondents are advised that the USACE Baltimore District will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party�s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. PROJECT DESCRIPTION: The USACE, Baltimore District, has been tasked to solicit and award construction services for this project. The purpose of this project is to rehabilitate the five Tainter gates at Jennings Randolph Lake to ensure the safety, functionality, and reliability of the Tainter gate system. The proposed design includes structural, mechanical, and electrical rehabilitation work. The structural work includes: adding rib stiffeners installing modern rollers in place of steel bumpers lead-based paint abatement and painting removal and replacement of seals and seal hardware weld defects will be repaired The mechanical work consists of the complete removal and replacement of the existing hoist equipment, to include: motors brakes primary and secondary reducers line shafts line shaft couplings limit switches hoist drums wire rope guide rollers trunnion bearing system Changes to the existing machinery layout include: Addition of a torque limiting device to prevent equipment overload Moving to a system with all gears enclosed Installation of secondary motors for all gates to provide redundancy capability Addition of a roof structure over each of the 6 machinery platforms for weather protection The primary electrical work for the gate rehabilitation includes relocating the new spillway gate control cabinets and connecting them to the new hoist equipment. Ancillary electrical work includes minor demolition and installation of electrical equipment, including hoist motors, limit switches, brakes, and heaters. Construction duration estimated to be 1025 calendar days. The purpose of this Notice is to gain knowledge of interest, capabilities, and qualifications of various members of the industry. The Magnitude of Construction is between $10,000,000 and $25,000,000.� The North American Industry Classification System (NAICS) code for this procurement is 237990 � �Other Heavy and Engineering Construction�, which has a small business size standard of $39,500,000. Responders should address ALL the following in their submittal: 1. Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and UEI number. 2. In consideration of NAICS code 237990 with a size standard in dollars of $39,500,000, indicate which of the following small business categories your business is classified under (if applicable): Small Business, Veteran Owned Small Business, Services Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3. Provide a letter from the Surety Company regarding the bonding capability for a single contract action and aggregate of the interested Prime Contractor. 4. Capability statements shall provide at least two (2) examples, but no more than four (4) examples of projects similar to the requirements described above within the past 10 years. Include point of contact information for each of the examples, as past performance on indicated projects may be verified.� Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: � � �a. Successful experience with the Government submittal process. � � � b. Extensive P6 scheduling capabilities. � � � c. Successful experience with construction on and around bridges over water. � � � d. Structural Rehabilitation. � � � � � 1) Demonstrate experience with design, repair, replacement, erection, and� fabrication of steel frame parts� � � � � � � � � � � � � � � � � � � � � �and structures. This experience should include but� is not limited to steel surfaces, structures, and other� � � � � � � � � � � � � � � � � � � � � � �large weldments to include strengthening, painting, and welding of steel members. � � � � � �2) Demonstrate experience with shop and field welding of structures in accordance with AWS D1.1 and AWS D1.5. � � � � � �3) Demonstrate successful experience utilizing cranes. � � � �e. Mechanical Rehabilitation. � � � � � � 1) Demonstrate successful experience with procurement and�installation of large motor-driven machine systems.� � � � � � � �2) Demonstrate experience with repair and replacement of hoist machinery, electromechanical equipment, and� � � � � � � � � � � � � � � � � � load limiting devices. � � � � �f. Electrical Rehabilitation. � � � � � � � 1) Demonstrate experience with electrical equipment 24-480 VAC/VDC including existing control and power system tie ins. � � � � � � � 2) Demonstrate experience with systems such as electric cable and conduit, electric motors, control panel� � � � � � � � � � � � � � � � � � � � � equipment, PLC, and remote I/O systems (controllers, encoders, torque limiting devices, etc.), power distribution� � � � � � � � � � � � � � � � equipment. � Narrative shall be no longer than 10 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) December 26, 2022. All responses under this Sources Sought Notice must be emailed to sherry.s.rhoden@usace.army.mil and michael.j.getz@usace.army.mil referencing the sources sought notice number W912DR-23-R-0019. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Sherry Rhoden and Michael Getz via email at sherry.s.rhoden@usace.army.mil and michael.j.getz@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a13109e4aab74683a438f351818c0a2d/view)
- Place of Performance
- Address: Garrett Park, MD, USA
- Country: USA
- Country: USA
- Record
- SN06540471-F 20221211/221213085136 (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 |