SOURCES SOUGHT
Y -- Tenkiller Butterfly Valve Refurbishment
- Notice Date
- 4/22/2020 5:25:17 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV20R0037
- Response Due
- 5/5/2020 11:00:00 AM
- Archive Date
- 05/20/2020
- 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
- SOURCES SOUGHT SYNOPSIS For Tenkiller Butterfly Valve Refurbishment 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. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a Butterfly Valve Refurbishment project.� Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using 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 qualified, experienced sources capable of performing: This project will refurbish in-place the two 180-inch diameter penstock butterfly valves at Lake Tenkiller Ferry Powerhouse, Gore, Oklahoma. Work includes: Replacement of the metal valve body seals with Hartman Valve Corporation Circlok Seal system, designed and manufactured by Hartman Valve Corporation; Removal and replacement of the metal disk seals; Refurbishment of valve disk surface and valve body internal surface, including the removal of loose material and recoating to prevent scouring and corrosion; Refurbishment of the valve stems with replacement of seals and bearing inspection; Clean and paint valve body external surface and support structure; Providing new butterfly valve lubrication systems (grease pumps, distributing manifolds, pressure gauges, grease tube routing, and removal/disposal of existing grease); Replacement of each existing butterfly valve operator�s Philadelphia Gear gearbox with an equivalent Philadelphia Gear Model DUT Worm Drive gearbox; Replacement of the existing local butterfly valve and bypass valve push button controls. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Estimated duration of the project is 270 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% 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 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. 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 August 2020, and the estimated proposal due date will be on or about September 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities 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 2:00PM (1400) CST, 5 May 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to shawn.brady@usace.army.mil.� U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290 �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f1fbb1608dda466e8345f5e8d4360bbd/view)
- Place of Performance
- Address: Tahlequah, OK, USA
- Country: USA
- Country: USA
- Record
- SN05632683-F 20200424/200422230138 (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 |