SOLICITATION NOTICE
C -- design of a cathodic corrosion protection system on the exposed metal surfaces, Hume Lake Dam, Sequoia National Forest
- Notice Date
- 1/27/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Southern Sierra Province, 1600 Tollhouse Road, Clovis, California, 93611
- ZIP Code
- 93611
- Solicitation Number
- AG-9A40-S-16-0002
- Archive Date
- 2/16/2016
- Point of Contact
- Patrick J. Gallegos, Phone: 559 297-0706 Ext. 4830
- E-Mail Address
-
pgallegos@fs.fed.us
(pgallegos@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The work includes the design of a cathodic corrosion protection system on the exposed metal surfaces on the intake structure of the outlet works exposed to an aqueous environment. A conservative estimate of soil conductivity/resistivity will be made in the design. The contractor shall provide the following tasks, 1. Detailed Design: Prepare detailed installation drawings and technical specifications for a cathodic protection system for the subject outlet pipe. All drawings and specifications shall be suitable for bidding purposes. Design drawings and specifications will be prepared in accordance with the project standards. All cathodic protection designs will be in accordance with NACE Standard SP0169-13. 2. Design details will be prepared in Auto Cad Release 2011 or later format which can be electronically transmitted for inclusion into the project plans. Specs will be prepared in Word format and e-mailed as well. 3. Design Review Meetings: Attend design review meetings as requested. 4. Detailed Design Estimate: Prepare a detailed engineering cost estimate for supply of materials and installation of the proposed corrosion monitoring and cathodic protection systems. 5. Provide on-site installation assistance during construction to ensure that the specified CP system is installed correctly. 6. Provide assistance with materials procurement if needed and with exothermic welding procedures as well. 7. Perform a system checkout following installation and prepare a checkout report that contains the checkout data. 8. Provide a checkout report and Letter of Certification following the final system checkout certifying that the subject cathodic protection system has been designed and installed in accordance with NACE Corrosion Control Standards. This letter will be signed and stamped by a licensed Corrosion Engineer. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. SUBMISSION PACKAGE REQUIREMENTS: The SF 330 is limited to 75 numbered pages. Minimum font size is 12. Email copies of SF 330 for the prime offeror (SF 330 should also include offeror's key sub consultants) addressing the following selection criteria information: Firms having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 330, Part I and Part II (1/2004 edition) dated not later than six months prior to the date of this synopsis, for the firm. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded with a cover letter that states the firm is requesting consideration for Solicitation Number AG-9A40-S-16-0002. A pre-proposal conference will not be conducted; however, questions may be submitted to Patrick Gallegos at 559-297-0706 ext. 4830 or by email to pgallegos@fs.fed.us. All questions must be received by February 1, 2016. Submittals should be provided to the following office by February 1, 2016 via email to pgallegos@fs.fed.us This procurement is Small Business only, and will be awarded in accordance with Brooks Act procedures. The North American Industry Classification System (NAICS) code assigned to this procurement is 541330 - Engineering Services. This contract will be procured under the Brooks Act and FAR Part 36. SPECIAL ATTENTION SHOULD BE GIVEN TO THE FOLLOWING AREAS OF THE STANDARD FORM 330: Part I Section A: Contract Information: In Block 5, list firm's Dun and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. Section C: Proposed Team: List only the team members who will actually perform the major tasks under this contract (including staff professionals). Section F, Block 23: Provide a client point of contact and telephone number for each project. Section F Block 25: Clearly identify what role the offeror and/or other team members had in the project (were they the prime or a subcontractor and what tasks did they perform). Section G Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. Section H Additional Information requested by Agency: Address the remaining Criteria 2, continued through Criteria 5; additional sheets may be used, if required. Clearly identify the criteria number and title.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A40/AG-9A40-S-16-0002/listing.html)
- Place of Performance
- Address: Hume Lake Dam, Hume Lake, California, United States
- Record
- SN04002205-W 20160129/160127234210-492775841f976564b11a8030d0b2b20b (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 |