Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOURCES SOUGHT

Z -- SKIATOOK LAKE, OKLAHOMA - REPAIR/PAINT SLUICE GATES AND LOW FLOW GATE

Notice Date
12/1/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-17-R-0010
 
Point of Contact
Nathan Kloeckler, Phone: 9186697657, Diane Cianci, Phone: 9186697458
 
E-Mail Address
Nathan.R.Kloeckler@usace.army.mil, diane.cianci@usace.army.mil
(Nathan.R.Kloeckler@usace.army.mil, diane.cianci@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For SKIATOOK LAKE, OKLAHOMA - REPAIR/PAINT SLUICE GATES AND LOW FLOW GATE This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM 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. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a Repair Replace Sluice Gates and Low Flow Gate project. Proposed project will be a competitive, firm-fixed price, design/bid/build, indefinite, delivery-indefinite quantity contract procured in accordance with FAR 15, Negotiated Procurement (Best Value vs LPTA is yet to be determined) The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. 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), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing this project. Project is located at Skiatook Lake. This lake is located on Hominy Creek, a tributary of Bird Creek in the Verdigris River Basin at river mile 14.3, about 5 miles west of Skiatook in Osage County, Oklahoma. This will be total turnkey contract with all the work being performed by the contractor. The contractor shall provide all materials, equipment, labor, instruments, tools, subcontractors, supervision and management to complete all the work required by this contract. The scope of work shall include the following items, but is not necessarily limited to the items shown below: 1. Setting of the bulkhead will be carried out by the contractor. Only one bulkhead is available and setting of this bulkhead is required for repairing each pair of the sluice gates. 2. Removal of the hydraulic gate system, which includes stem extension, hoist cylinder, bonnet cover and other items. 3. Remove each gate from the gate tower by raising each gate to the upper level. Transport the removed gates to the paint shop. 4. Clean and sandblast the gates to prepare for painting. Inspect for and repair corrosion pits and eroded areas. Irregular pits shall be opened up with a grinder. Pits with a depth of 1/4 inch or more shall be filled with weld material. Paint 2 service gates and 2 emergency gates, low flow sluice gate, frames, air vents and bonnets. 5. Sand blast liner sections at the service and emergency gates and repaint. 6. Rehab Babbitt gate sill on sluice gates (service gates only). 7. Weld repair and machine the bottom sealing surface of the sluice gates. 8. Repair/replace gate seals. 9. Reinstall sluice gates. 10. Reinstallation of hydraulic system. The hydraulic oil in the entire system shall be replaced with a new hydraulic oil. The hydraulic oil shall be pumped through a filter of 5 to 10 microns. Oil spilled during removal and reinstallation shall be cleaned up. After servicing the hydraulic system, check for oil and air leaks while operating the system. Dispose of old oil off of government property. Provide and install 10 new oil filled pressure gages. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about second quarter FY17, and the estimated proposal due date will be on or about TBD. 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 bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 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 [time] [date]. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to [name of contract specialist], [District, including address and fax number], [Email address]. [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-R-0010/listing.html)
 
Place of Performance
Address: Skiatook, Oklahoma, United States
 
Record
SN04340155-W 20161203/161201234102-18fd45f1ae530ffa3a059363bfbd99da (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.