SOURCES SOUGHT
54 -- Hydropower Turbine Maintenance Platforms
- Notice Date
- 3/6/2020 2:19:27 PM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV20R0029
- Response Due
- 3/23/2020 12:00:00 PM
- Archive Date
- 04/07/2020
- Point of Contact
- Shawn Brady, Phone: 9186697670, Julie S. Hill, Phone: 9186697699
- E-Mail Address
-
shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil
(shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil)
- Description
- 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, has been tasked to solicit for and award a construction contract to manufacture turbine maintenance platforms at Tenkiller Lake Keystone Lake, and Eufaula Lake.� Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using the trade-off process. 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), and 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, WOSB businesses are highly encouraged to participate. The Government is seeking sources for the supply and initial installation of turbine maintenance platforms for three Hydroelectric Powerplants in the Tulsa District.� The Turbine Maintenance platforms are aluminum suspended scaffolding consisting of aluminum structural members for the frame with custom carbon steel connection devices and an aluminum plank type deck.� The Turbine Maintenance platforms are round with a diameter of roughly 20 feet.� The fabrication will consist of tight tolerance aluminum structural fitting, bolting, and welding, custom carbon steel deck hold down hardware fabrication, and dimensioning the deck planks.� Hydropower Turbine Maintenance Platforms are used for performing inspections and maintenance on the turbine runner and blades, such as cavitation repair, and is installed every time a Unit goes down for annual maintenance. The turbine maintenance platforms must be installed in the draft tubes of the units with through a 2-ft wide by 3-ft tall mandoor. The platforms must be fabricated, load tested, and installed the first time. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $500,000 and $1,000,000. Estimated duration of the project is 180 calendar days. The North American Industry Classification System code for this procurement is 332312 (Fabricated Structural Metal Manufacturing) with Product Service Code 5440 (Scaffolding Equipment and Concrete Forms). Small Businesses are reminded under FAR 52.219-14 (c)(2), (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 50% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 15 April 2020, and the estimated proposal due date will be on or about 15 May 2020.� The official synopsis citing the solicitation number will be issued on betaSAM (https://beta.sam.gov/), 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 the magnitude and complexity outlined in the Scope of Work above (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, 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 Prot�g�s 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 23 March 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Mail, fax or email your response to Shawn Brady (shawn.g.brady@usace.army.mil), USACE, Tulsa District, 2488 E 81st Street, Tulsa OK 74137. EMAIL IS THE ONLY ACCEPTED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6f547b0e79b042b388149dcb92091a1a/view)
- Place of Performance
- Address: OK, USA
- Country: USA
- Country: USA
- Record
- SN05582348-F 20200308/200307085921 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |