Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2018 FBO #5971
SOURCES SOUGHT

Y -- Whittier Narrows Interim Risk Reduction Measure Project

Notice Date
3/28/2018
 
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, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-B-0005
 
Point of Contact
Mr. Wendell L. Mendoza, , Ms. Patricia B Bonilla,
 
E-Mail Address
Wendell.L.Mendoza@usace.army.mil, Patricia.B.Bonilla@usace.army.mil
(Wendell.L.Mendoza@usace.army.mil, Patricia.B.Bonilla@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement is part of 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 not be notified of the results of the evaluation). The US Army Corps of Engineers, Los Angeles District is seeking sources for a competitive acquisition in support of Flood Risk Reduction projects primarily within the Southern California area. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of construction contractors. The Government strives to ensure that there is adequate competition among the potential pool of available contractors. Description of Work: Construction services will consist of removal of gate height sensors, sheaves, associated ropes/chains, and weights in the existing Control Well that is approximately 18 feet in depth. In addition, a 6-inch motor actuated value, a 6-inch manual valve, a 90 degree elbow, sensors inside the pier shaft, within basin and on gate that will be connect to a primary Programmable Logic Controller (PLC) with a backup PLC and Human-Machine Interface in the control hours. The PLC will control valves based on the sensors' input and will activate/operate gates through gate floats. There is a potential option to replace the 1 3/8-inch cable from each of the 18 Gate Float Wells and associated parts that connect to the gate float and gate. Location of this work is the City of El Monte, Los Angeles County, CA The estimated range of this project is between $1,000,000 and $5,000,000. Estimated duration of the project: 150 Days. Minimum capabilities include the following: • Knowledge of operation and programming of Programmable Logic Controllers (PLC) and familiarity with Electromechanical Operators that are controlled with a 4-20 mA signal • Capability to design and install a Human Machine Interface (HMI) per the contract plans and specifications • Familiarity with hoisting and rigging Minimum equipment required includes the following: • Mobile Crane for lifting and lowering of items into/out of the control wells • Mobile man lift for accessing the bottom side of the bridge to perform electrical conduit work • Standard Electrician Tools • Standard Mechanic's tools for installation of valves and pipe fittings • Access to machine shop for fabrication of valve mounts and valve actuator mounts • Painting Equipment • Concrete Drill for the installation of anchors in the control well concrete. This will be needed for installation of anchors in the spillway sill to facilitate a wire rope change out should an option be awarded. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990 - Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this acquisition is $36.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations in Subcontracting that they must self-perform 15% of the work, not including materials and equipment. 8(a) firms are reminded that they need to have a bonafide office in the area to where the work will be performed should the action be set-aside for the 8(a) program. Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. 1. Offeror's name, address point of contact, phone number and email address. 2. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project). Provide at least 2 examples. 3. Offerors should describe the availability and capability of all necessary equipment, particularly the crane, to effectively complete the work. 4. Offeror's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a)). 5. Offeror's joint venture information, if applicable, existing and potential. 6. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). 7. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by Small and Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars. This sources sought announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 237990 Other Heavy and Civil Engineering Construction. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to wendell.l.mendoza@usace.army.mil or Patricia.B.Bonilla@usace.army.mil no later than 15 days after posting. The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Wendell Mendoza, Contract Specialist at wendell.l.mendoza@usace.army.mil or the Contracting Officer, Ms. Pat Bonilla at Patricia.B.Bonilla@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-B-0005/listing.html)
 
Place of Performance
Address: Whittier Narrows Dam, El Monte, California, United States
 
Record
SN04869739-W 20180330/180328231353-ca6296ee5a43f579b7b852b17a9efcbb (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.