Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOURCES SOUGHT

Z -- TDA ICE & TRASH SLUICEWAY SPRAY CONTROL

Notice Date
6/2/2020 11:13:30 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N-20-B-0004
 
Response Due
6/16/2020 5:00:00 PM
 
Archive Date
07/01/2020
 
Point of Contact
Cory Pfenning, Ryan S. Shoemaker
 
E-Mail Address
cory.r.pfenning@usace.army.mil, ryan.s.shoemaker2@usace.army.mil
(cory.r.pfenning@usace.army.mil, ryan.s.shoemaker2@usace.army.mil)
 
Description
TDA Ice & Trash Sluiceway Spray Control U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT ISSUED: 06/02/2020 RESPONSES DUE: 06/16/2020 at 5:00 pm THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The proposed NAICS code for this procurement is 237990 - Other Heavy and Civil Engineering Construction. The US Army Corps of Engineers (USACE) Portland District is searching for Heavy and Civil Engineering Construction Contractors who can provide construction services for The Dalles Dam. As part of its market research, USACE Portland District, is issuing this Sources Sought to determine if there exists an adequate number of qualified interested contractors capable of providing the requirement. The Government may use the responses to this Sources Sought for information and planning purposes. The Dalles Dam is a major dam on the Columbia River. The dam contains an ice and trash spillway. During the winter months there is significant icing caused by spray from the spillway on the roadway/bridge below the spillway/chute creating a safety issue. Currently, the project uses tarps and tie-downs to cover the chute to reduce ice build-up, however, this is a temporary measure. The purpose of this acquisition is to provide a permanent solution to reduce the icing on the bridge. This is a construction project that will include the purchase and installation of concrete panels to �cap� or cover the chute. In addition, there will be minor cutting on the chute walls to ensure both sides are level to ensure a proper fit of the �cap�. This permanent solution, designed by the Small Projects team and the project, will contain the spray, thus preventing icing on the bridge. The Ice & Trash Sluiceway Spray Control will include to the following items: � Purchase and install pre-formed concrete panels to cover the sluiceway chute to control spray � Leveling existing chute walls to ensure the proper fit of the concrete panels NO AWARD WILL MADE FROM THIS INITIAL NOTICE. THIS IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSALS. Submission Instructions:� Please send responses with the subject heading John Day Control Room Fire Protection to Cory Pfenning, email address: cory.r.pfenning@usace.army.mil 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 F). A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B. DUNS number and CAGE code. C. Firm's small business category and Business Size: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). D. 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. The potential bidders should provide the magnitude and brief references of relevant work they have performed. �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.� including the following; � Installing prefabricated concrete structures that span at least 25 feet. � Leveling and adapting prefabricated concrete structures to site after placement (i.e.,� existing chute walls to ensure the proper fit of the concrete panels) E. 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 firm may be capable of directly performing. F. Any other information that would assist in determining your company's capability in performing the described construction work. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. USACE Portland District will not pay for information received in response to this Sources Sought. Do not submit pricing information in response to this Sources Sought. All responses must be submitted in either Microsoft Word or Adobe Portable Document Format by no later than 5:00 pm Pacific Standard Time on Tuesday, 16 June 2020.� Do not include proprietary information in your response. All responses to this Request for Information will be kept confidential. This notice does not obligate the Government to award a contract.� No reimbursement will be made for any costs associated with providing information in response to this Special Notice or any follow up information.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c40afdedb844056867bd5b4984b51d0/view)
 
Place of Performance
Address: Dallesport, WA 98617, USA
Zip Code: 98617
Country: USA
 
Record
SN05678018-F 20200604/200602230213 (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 |
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.