Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2018 FBO #6194
SOURCES SOUGHT

95 -- Barkley Powerhouse, Design & Purchase Trash Screens

Notice Date
11/6/2018
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, 110 9th Ave., South Room A405, Nashville, Tennessee, 37203, United States
 
ZIP Code
37203
 
Solicitation Number
W912P519T1000
 
Point of Contact
Eugenia J. Corder, Phone: 615-736-5603, Debra A. Barlow, Phone: 615-736-7933
 
E-Mail Address
Eugenia.J.Corder@usace.army.mil, debra.a.barlow@usace.army.mil
(Eugenia.J.Corder@usace.army.mil, debra.a.barlow@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A SOLICITATION, INVITATION FOR BID, REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community for completing the work effort relative to the Barkley Lock located near West Kuttawa, KY 42055. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION EXISTS AT THIS TIME. SCOPE OF WORK (SUBJECT TO CHANGE): The Corps of Engineers has need of a contract for The Barkley Powerhouse, Design & Purchase Trash Screens consisting of the following: 1. The Contractor shall provide all submittals, labor, equipment, and materials necessary for the fabrication, coat/paint, and delivery of the following structure for the U.S. Army Corps of Engineers (USACE), Nashville District: Barkley Powerhouse Intake Trash Racks/Screens. There are four (4) turbine units at Barkley Powerhouse; each unit has three trash rack/screen slots and each slot holds four frames of trash racks/screens making it forty-eight (48) frames of trash racks/screens in total. One trash rack/screen frame is approximately 21'-8" wide, 12'-6" tall, and 2'-6" horizontal thickness. 2. The trash rack/screen frames shall be fabricated from structural steel in accordance with ASTM as referenced in the contract specifications and welded in accordance with AWS D1.1/D1.1M. The fabricating plant and fabricator shall be certified under the AISC (American Institute of Steel Construction) Quality Certification Program with one of the following certifications: CBR: Major Bridge Fabrication, IBR: Certified Bridge Fabricator - Intermediate, ABR: Certified Bridge Fabricator - Advanced, or HYD: Certified Hydraulic Steel Structures Fabricator and shall be designated as AISC Certified Plant; and possess five 5 years documented experience on projects of similar scope. Similar scope consists of having fabricated structures of similar size including total weight, member thicknesses and dimensions, geometry, tolerances, and handling requirements. Material component parts may be subjected to any form of nondestructive testing as directed by the Contracting Officer after contract award. Shop drawings shall be prepared using a Registered Professional Engineer or under the direct supervision of a Registered Professional Engineer. Details for the trash rack/screen frame fabrication are shown on the contract drawings. 3. The Contractor shall be required to prepare and paint trash rack/screen frame in accordance with the safety, health, and environmental requirements specified in the contract. Work shall be performed by a certified SSPC QP 1 Painting Contractor or a Painting Contractor with an AISC Certification for Sophisticated Paint Endorsement. Testing shall be performed in accordance with ASTM as specified in the contract specifications. Painting shall follow system no. 5-E-Z to include white metal blast cleaning, formula VZ-108d vinyl zinc-rich primer, and formula V-766e vinyl paint. 4. USACE Nashville District anticipates performing periodic shop inspections during fabrication. It is expected that the Contractor will be required to make delivery within 270 calendar days following contract award. The delivery location is USACE, Barkley Power Plant 8439 U.S. Hwy 62, West Kuttawa, KY 42055. The Contractor shall be responsible for offloading the trash rack/screen frame at the project location upon delivery. Official Solicitation is anticipated to be issued in December 2018. Results of this sources-sought announcement will be used, in part, to determine the size and make-up of the industrial base for this type of item and the feasibility of a small business or socio-economic set aside for this project. All qualified contractors are encouraged to respond; lack of responses may jeopardize the project being set aside for small business. CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through I). A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B. DUNS number and CAGE code. C. Are you a small business under this NAICS code? D. Business size/classification to include any designations (Small Business, HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.). E. A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The potential bidders should provide brief references of relevant work they have performed and the magnitude. F. Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your form may be capable of directly performing. G. A statement regarding past bonding and evidence of your bonding capability. H. Please indicate whether your firm will submit an offer for this project. I. Any other information that would assist in determining your company's capability in performing the described construction work. SUBMISSION OF CAPABILITY STATEMENT: Submit this information to Eugenia J. Corder, Contract Specialist, US Army Corps of Engineers via email to Eugenia.J.Corder@usace.army.mil. Your response to this Sources Sought notice must be received by 1:00 PM CST on November 16, 2018. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. Search Keyword "W912P5" to obtain a complete listing of all Nashville District US Army Corps of Engineers opportunities. Contracting Office Address: U.S. Army Corps of Engineers Rivers Contracting Division Nashville Contracting Branch CELRN-RC-N 110 Ninth Avenue South, Room A680 Nashville, TN 37203-3817 United States Place of Performance: Lyon County West Kuttawa, KY 42055 United States Primary Point of Contact: Eugenia J. Corder Contract Specialist Eugenia.J.Corder@usace.army.mil Phone: 615-736-5603 Fax: 615-736-7124 Secondary Point of Contact: Stephen P. Hutchens Contracting Officer Stephen.P.Hutchens@usace.army.mil Phone: 615-736-7805
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P519T1000/listing.html)
 
Place of Performance
Address: The Barkley Powerhouse, Lyon County, West Kuttawa, Kentucky, 42055, United States
Zip Code: 42055
 
Record
SN05144085-W 20181108/181106230753-d59f4de4332509bc1ce4a4b6e1f35eef (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.