SOURCES SOUGHT
Y -- Construction of a reinforced concrete wall immediately downstream of the Unit 4 intake bulkhead at West Point Power House, West Point, Georgia. - BULKHEAD PHOTOS
- Notice Date
- 9/17/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127818L0038
- Archive Date
- 10/17/2018
- Point of Contact
- Chanda D. Strenth, Phone: 2514415595, Sara G. Logsdon, Phone: 2516903347
- E-Mail Address
-
chanda.d.strenth@usace.army.mil, sara.g.logsdon@usace.army.mil
(chanda.d.strenth@usace.army.mil, sara.g.logsdon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUB Zone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The Mobile District Corps of Engineers has a need for construction of a reinforced concrete wall at three locations immediately downstream of the Unit 4 intake bulkhead at West Point Power House, West Point, Georgia. The NAICS is 236220, size standard $36.5m. Each wall is 12'-6" thick, 17' long, and 33' tall. The wall will be tied to the existing powerhouse structure with steel dowels and two water-stops will be installed to insure water tightness. During construction the temperature of the concrete at the time of placement will not be able to exceed 70 degrees. Additional challenges include the physical location of these walls and the limited access for construction materials. Two water leaks in the existing west intake concrete bulkhead joint will require piping to discharge the water. The rate of leakage is calculated to be approximately 70 to 90 gallons per minute. No debris of any kind will be allowed to be disposed of in the draft tubes during construction. In order to access Unit 4 intake and redefine the workspace from confined to open, the contractor must remove two pre-stressed double tees that are roughly 8 feet wide by 40 feet long. The contractor shall be responsible for removing the double tees and the construction and subsequent removal of a temporary secondary means of egress. The existing overhead crane in the powerhouse will be available to move construction materials in and out of the Unit 4 cavity. The crane will be operated by government personnel. The contractor shall coordinate the need for the crane and associated logistics with the powerhouse supervisor at least two days prior to the need. Any powerhouse project or maintenance activity requiring the crane takes precedence over the contractor's use of the crane and cannot be used as the basis of a claim. It is anticipated that a firm-fixed price contract will be awarded based on FAR Part 15 "best value" procedures. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, 8(a), HUB Zone, and Service Disabled Veteran Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity. 4. Description of capability to perform the proposed construction, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing contracts. 5. Past performance/experience on projects of similar scope, describing no more than three (3) projects that are at least 50% construction complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed project, the bidder's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE E-MAILED to: CHANDA D. STRENTH at chanda.d.strenth@usace.army.mil. Submittals are due no later than 02 October 2018. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127818L0038/listing.html)
- Place of Performance
- Address: West Point Power Project, West Point Georgia, United States
- Record
- SN05091915-W 20180919/180917231004-807af98ea5dc2af1bebd7c14ba2291f4 (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 |