Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2011 FBO #3623
SOURCES SOUGHT

Z -- Replace Spillway Chains at Norfork Dam, Baxter County, Arkansas

Notice Date
10/24/2011
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S12R0004
 
Response Due
11/2/2011
 
Archive Date
1/1/2012
 
Point of Contact
Brandy Nicole Thomas, 5013245720
 
E-Mail Address
USACE District, Little Rock
(brandy.n.thomas@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For Replace Spillway Chains at Norfork Dam, Baxter County, Arkansas. This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a project/procurement to include Replace Spillway Chains at Norfork Dam. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon the responses to 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. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, Veteran Owned, and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Description/Scope of Work: The Contractor shall provide all labor, materials, and equipment, other than that provided by the Government as described herein, to accomplish the following work for the rehabilitation of the twenty-four (24) existing spillway tainter gate hoists that operate the twelve (12) gates. Design the new wire rope hoist system to replace the existing hoist chains. The new system shall work with the existing motors, shaft, and controls. Disconnect and remove the existing lifting chains, sprockets, gate chain connection plates, sprocket guards and miscellaneous items. Attach new wire rope gate pin connection plates to the gates. Paint the newly installed gate pin connection plates and any areas where the existing paint has been removed or affected by the project work. Paint and install the new wire rope drums and wire rope assemblies on the existing gate hoists and connect to the new gate pin connection plates. Paint and install new drum guards and connect to hoists. Adjust wire rope assemblies, recalibrate existing indicator dials, and test. Provide Operations and Maintenance Manuals, including drawings, as built drawings, spare parts list, and instruction book. As-Built Drawings shall be arranged on drawings to physically represent the location of equipment. All components shall be tested in accordance with UFGS guide specifications requirements. The Contractor shall field verify all cable lengths and loads required. All work shall be in accordance with the Scope of Work, contract specifications and drawings. Contractor shall field verify all scope of work related equipment and dimensions prior to bid. Any deviations shall be submitted for approval prior to any work being done. Provide all cranes necessary to install new equipment in the dam. Remove necessary hatches and construct necessary temporary supports to install new equipment components. Reseal dam hatches as-needed to prevent intrusion of water below hatches. Hatch seals shall be resealed with same/or equal material. Shim all hatches to make flush with pavement and to seat properly all around. All crane work shall be in accordance with Safety manual regulations and all other applicable standards. All equipment shall be installed in accordance with the manufacturer's recommendations and the requirements of the contract. All materials shall be new and shall be stored in accordance with the manufacturer's recommendations. A copy of records and tests, as well as the record of correction actions taken, shall be furnished to the Government. The Contractor shall analyze the existing equipment and controls to determine the necessary connections and interfaces to the new equipment furnished under this contract. The Contractor shall take six sets of chains, sprockets, and other associated parts being removed and replaced, clean them and crate them for storage in wooden palletized boxes, and deliver them from the work site to Norfork powerhouse upon completion of work, or at a time prior if coordinated with the COR. Other work is currently ongoing at this location, and this and other work may coincide with the contractor's duties and schedule. The contractor may be required to coordinate with other contractors in the same work area, and should be prepared to do so. The contractor shall use the existing spillway closure structures to calibrate the tainter gate limit switches as they are re-commissioned. Magnitude of Construction may be between: $1,000,000.00 and $5,000,000.00 NAICS Code: 238290 Small Business Size Standard: $14.0M Federal Service Code: Z1PZ Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response 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, and e-mail address. 2. Firm's interest in providing a proposal on the pending solicitation once issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs; at least two of the projects provided must be valued at least by $2,000,000.00 4. Firm's capability to perform a contract of this magnitude and complexity 5. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 6. Firm's Joint Venture information if applicable - existing 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 Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm CST on 2 November 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Brandy N. Thomas, brandy.n.thomas@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R0004/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02611988-W 20111026/111024234254-66664c2ec6097fcf05ebec8ef87ba9a4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.