SOURCES SOUGHT
Z -- Cannelton Lock & Dam
- Notice Date
- 2/4/2025 7:42:56 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR_Cannelton_3Feb2025
- Response Due
- 2/17/2025 11:00:00 AM
- Archive Date
- 03/04/2025
- Point of Contact
- LaDonna Haug, Phone: 5023156196
- E-Mail Address
-
ladonna.j.haug@usace.army.mil
(ladonna.j.haug@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought 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. 1. Project Title: Cannelton Lock & Dam Repair/Replace Lock & Dam Controls 2. NAICS: 336611 3. Project Location: The project is located in Cannelton, Indiana 4. Short Project Description: a. Replacement of existing filling/emptying valve machinery position instrumentation (magnetic proximity switches, rotational encoders) and their associated wiring. b. Replacement of segments of existing control cabling between control shelters and powerhouse. c. Modifications to existing lock control interface panels including interlock pinning and displays of valve position indicators. d. Modification of lock controls to incorporate modern interlock requirements. e. Replacement of existing dam tainter gate height position indication system (encoder instrumentation). 5. Type of action: Construction 6. Estimated Advertisement Date (Phase I): March 2025 7. Estimated Award Date: May 2025 8. Estimated Performance Period: 540 Calendar Days 9. Construction Cost Limit (CCL): NOTE: The CCL is the estimated construction award amount and does not include real estate, S&A, DDC or contingency. Estimated cost range between $1,000,000 and $5,000,000 per FAR 36.204. 10. Responses should include: a. Identification and verification of the company's small business status. b. Contractor's Unique Identifier Number and CAGE Code(s). c. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. d. Descriptions of Experience - Interested firms must provide specification sheets for all equipment to determine if the firm can provide the requested equipment. i. Projects similar in scope to this project include: (1) Industrial controls work which include lock control instrumentation, control relay work, cable routing, panel fabrication, and mounting bracket fabrication. Projects consisting of replacement of the dam tainter gate remote height indication equipment, and rehabilitation or replacement of power distribution equipment both inside and outside of the main motor control system will also be considered similar in scope. (2) Examples Include: 1. Newburgh Lock Electrical update (2012): Project consisted of designing and installing new MCC components, new dam power distribution system, remote tainter gate control system. As well as completing motor winding insulation testing and refurbishing electric motors. 2.John T Myers Electrical Upgrades (2019): Project consisted of designing and installing the dam tainter gate remote height indication equipment, power distribution for the bulkhead crane, and lighting transformers. 3. Markland Lock and Dam Electrical Upgrades (2019): Project consisted of designing and installing the dam tainter gate remote height indication equipment, the dam emergency bulkhead crane controls and power distribution equipment, the power distribution equipment both inside and outside of the project main motor control center, and the lock emergency gate relay-based controls. ii. Based on the information above, for each project submitted, include: (1) Current percentage of completion or the date when it will be completed. (2) Size of the project (3) Scope of the project (4) The dollar value of the contract (5) Identify the number of subcontractors by trade utilized for each project. 11. 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 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. 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. All interested Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this SOURCES SOUGHT via email no later than 17 February at 02:00 PM Eastern Time. Email responses ladonna.j.haug@usace.army.mil. If you have questions, please contact LaDonna Haug at the email address above. This is NOT a Request for Quote 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 from 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 submission of a proposal. 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. Please begin the registration process immediately in order to avoid delay. 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 (previously 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/a788e66f3ad34e7fbc25f527d685400d/view)
- Place of Performance
- Address: Cannelton, IN 47520, USA
- Zip Code: 47520
- Country: USA
- Zip Code: 47520
- Record
- SN07332674-F 20250206/250204230036 (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 |