Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

99 -- Patoka Lake Multilevel Intake and Hydraulic System Repairs in Wet Control Tower

Notice Date
6/17/2024 5:00:03 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
PANGLR24P0000002937B
 
Response Due
6/25/2024 12:00:00 PM
 
Archive Date
07/10/2024
 
Point of Contact
Jennifer King, Phone: 502-315-7425
 
E-Mail Address
jennifer.l.king2@usace.army.mil
(jennifer.l.king2@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Project Title:� Multilevel Intake and Hydraulic System Repairs in Wet Control Tower Project Location: Patoka Lake 4512 N. Cuzco Road South, Dubois, Indiana 47527-9661 Project Description:� This is a SOURCES SOUGHT notice to determine the capabilities of small business firms in the Louisville District, if you are interested in this project please respond appropriately.� This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.� No solicitation or technical scope of services is available at this time. The government will use the responses to this SOURCES SOUGHT and submit according to the directions in this notice.� Patoka Lake is located in Dubois Indiana.� Currently the Flood Risk Management site is experiencing failing hydraulic lines & fittings located in the wet control tower, as well as an aging hydraulic control panel where replacement parts are not readily available.� Contractor would be expected to upgrade / modernize the existing control panel located on top floor (EL 565.0).� The existing control panel includes (10) 4-way control valves, (10) counterbalance valves, (10) pilot operated check valves, gate indicator light housings, bypass red lion sensor and transducer, and necessary gauges and hydraulic lines.� Contractor would also be expected to replace approximately 700 LF (350 LF for each side of the wet control tower,) of �� stainless steel hydraulic tube lines, both supply and return.� Contractor to replace all existing tube lines, fittings, valves in kind that are located below the second level (EL 549.0).� The entire clamping system will be replaced, brackets in kind utilizing stainless steel clamping hardware.� The work must be completed while allowing partial use of the system for flood control operation and system must be capable of being put back in operation within 6 hours in case of emergency.� If possible, contractors will remove one system at a time and replace in whole that system before continuing to the next.� Once all items have been replaced, the system will be drained of all existing T-32 Hydraulic Oil.� The Hydraulic System & Reservoir will be filled with a biodegradable hydraulic fluid to proper operational levels (tank Capacity is 110 gallons at full operational status).� Contractor to supply an additional 55 Gallon drum of biodegradable hydraulic fluid for the lake staff.�� Possible adjustments of muti level gate wedges (currently the gates are sticking and require manual means to open the gates.� Due to the location of the hydraulic lines in the control tower, personnel would be entering a permit required confined space.� Contractor to follow all safety measures covered in EM 385-1-1.� Water levels in the wet control tower range from 6-12 feet below the hydraulic lines that are going to be replaced.� Patoka Lake staff currently utilize a floating platform to conduct maintenance in the wet control tower.� Previous jobs with similar scopes, contractors have utilized suspended scaffoldings that attach to the existing concrete walls/floors in the wet control tower.� Contract duration is estimated at 300 calendar days. The estimated cost range is between $250,000.00 and $500,000.00 (Base plus Options).� The project NAICS code is 237990 � Other Heavy and Civil Engineering Construction.� All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by Tuesday, June 25 2024, by 3:00 PM Eastern Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience/Criteria - Provide descriptions of your firm�s past experience on projects with greater than 90% construction complete, or those projects completed within the last five years which are similar to this project in size, scope, and dollar value.� Provide documentation demonstrating Construction Experience for projects of similar type involving management of multiple sub-contractors.� For each example project, include original contract amount, pending and actual modification cost.� Projects similar in scope to this project include: Construction on lock or dam structures on the Ohio and Mississippi Rivers and their tributaries, bridges or other miscellaneous marine structures, to include hydraulic system repairs / replacement, and hydraulic power system interface.� Construction experience must include metal fabrication over water into abutments, piers, dams or other structures. Based on the definitions above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Size of the project. The portion and percentage of the project that was self-performed. �Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. 5.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 10 pages.� Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Jennifer King at Jennifer.l.king2@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government.� Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.SAM.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55594e86c46f4327a7a39877a8ce0ceb/view)
 
Place of Performance
Address: Dubois, IN 47527, USA
Zip Code: 47527
Country: USA
 
Record
SN07100196-F 20240619/240617230122 (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.