Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2020 SAM #6769
SOURCES SOUGHT

Z -- Bonneville Lock & Dam - Trashrack Project

Notice Date
6/9/2020 1:19:53 PM
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N-20-R-0051
 
Response Due
6/30/2020 11:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Melanie A. Barrett, Phone: 5038084617, Mitch J. Johnson, Phone: 5038084606
 
E-Mail Address
Melanie.A.barrett@usace.army.mil, mitchell.j.johnson@usace.army.mil
(Melanie.A.barrett@usace.army.mil, mitchell.j.johnson@usace.army.mil)
 
Description
General Information � Sources Sought Bonneville Lock & Dam - Trashrack Project � W9127N-20-R-0051 Contract Opportunity Type:�Sources Sought SUMMARY: This announcement is a Sources Sought Notice (Market Survey). This is not a Request for Proposal (RFP) or Invitation for Bids (IFB). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought is to determine interested parties, socioeconomic status availability, and capabilities.� The Government intends to use responses to this sources sought notice to make an appropriate acquisition decision for this project. The U.S. Army Corps of Engineers (USACE), Portland District (NWP), is refurbishing all Trashracks at the Bonneville Lock & Dam located at Rufus, Oregon.� The function of the trashracks is to prevent large debris from entering the intakes of the dam and damaging the turbines. The trashracks at the Bonneville Dam were originally installed in 1937 and are now 83 years old, and based on remote operated vehicle (ROV) inspections, most of the trashracks that can be seen, appear to be in reasonable shape. It is noted that these racks have likely experienced little in the way of loading and that the steel has not experienced any significant loading cycles.� For the Bonneville Dam, 186 trashracks are anticipated needing refurbishment and/or complete replacement.� The Bonneville Dam 1st Powerhouse has 10 main units and one (1) station service unit requiring repairs and/or new intake trashracks. Each main unit consist of three (3) slots, and each slot has six (6) racks � one (1) top and five (5) bottom racks. The station service unit has one (1) top rack, four (4) intermediate racks, and one (1) bottom rack. All trashracks will be refurbished as part of this contract for a total of 186 new racks. Debris removal is anticipated to occur as part of the scope of work to allow the lower trash racks to be replaced. NWP is anticipates awarding a Single Award Task Order Contract (SATOC) with issuance of several Task Orders to meet the refurbishment of these existing trashracks.� More specific inspections may be needed to define requirements on a rack-by-rack basis, which would be addressed via the issuance of a task order. It is anticipated the repair/replacement period of performance will be from December 2020 to November 2024.� Installation will be performed at scheduled intervals, within time periods that do not interfere with dam operations.� The NAICS Code for this requirement is 332312, Fabricated Structural Metal Manufacturing, and the Product Service Code will be Z2KA, Repair or Alteration of Dams. WORK DESCRIPTION: The Government is seeking a contractor to rehabilitate and/or replace 186 trashracks at the Bonneville Lock & Dam.� The Government is seeking the removal, media blasting, repair and/or replacement, and reinstallation of 186 trashracks, with 6 as fully fabricated spares. The trashracks range in size between 10 to 12 feet in height, 22 to 26 feet in width, each share similar details in welding and potential damage.� Installation will be performed at scheduled intervals within the previously mentioned time frame.��� Installation will require the removal of existing trashracks and installation of new/refurbished trashracks with equipment, such as cranes, provided by the contractor.� Government furnished equipment may not be available for trashrack installation. �Installation will also require removal of trash and debris in front of the bottom trashracks prior to removing the existing racks.� Contractors will need to provide divers to verify the sill is clear prior to installing the new bottom trashracks. It is anticipated that there will be four (4) levels of refurbishment that may be required. For estimating purposes, the following levels of refurbishment have been assumed: Level 1: Good Condition (assume 60%) � Trash racks are in visibly good condition with no visible damage and minimal corrosion. These racks will be inspected, sandblasted, and painted. Level 2: Moderate Condition (assume 34%) � Trash racks have minor damage and/or signs of more extensive corrosion. These racks will be inspected, sandblasted, repaired, and painted. Assume 10 trash bars are replaced. Level 3: Fair Condition (assume 5%) � Trash racks have moderate damage and/or signs of more extensive corrosion. These racks will be inspected, sandblasted, repaired, and painted. Assume 20 trash bars are replaced with minor repairs to the frame, guide pins, or wear plates. Level 4: Poor Condition (assume 1%) � Trash racks show significant damage and/or corrosion. Assume these are disposed of and replaced with new trash racks. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE Point of Contact name, email address, and phone number. CAGE Code and DUNS number. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. � Statement of Capability (SOC) Statement of your firm�s capacity to fabricate trashracks � the estimated rate of trashrack fabrication for the project described in this notice.� Work hours per ton of steel is preferred. Statement of your firm�s skills knowledge, and equipment required to perform the application of vinyl-type impacted immersion coating on hydraulic steel structures. � Examples of recent and relevant experience performing welding under AWS D1.1 within the last five (5) years. A brief statement of recent and relevant experience coordinating work on a job site, to include management of divers, management of deliveries of large items, and crane operations within the last five (5) years. Demonstrate qualification of welders under AWS D1.1 as well as qualification of Certified Welding Inspectors under AWS QC1. Statement of your firm�s skills knowledge, and equipment required to perform the painting of hydraulic steel structures with a vinyl-type impacted immersion coating.� Demonstrate qualifications of the paint shop with certification of as a Qualified Painting Contractor under SSPC QP1 for field applications and SSPC QP2 for shop-applied coatings.� Demonstrate the certification of Quality Control Personnel certified by the SSPC Protective Coating Inspector Level 2 or NACE Coating Inspection Personnel Level 2, and for applicators as Qualified Paint Applicators. The requested information shall be submitted electronically to: US. Army Corps of Engineers Attn:� Melanie Barrett/Mitchell Johnson Email:� Melanie.A.Barrett@usace.army.mil or Mitchell.J.Johnson@usace.army.mil. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. Primary Point of Contact:���������������������������������������� Contracting Office Address: Melanie A. Barrett������������������������������������������������������ U.S. Army Corps of Engineers Contract Specialist����������������������������������������������������� USACE District, Portland Melanie.A.Barrett@usace.army.mil �������������������� PO Box 2946 Phone:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Portland, OR 97208-2946 (503) 808-4617���������������������������������������������� (208) 386-0319 Places of Contract Performance: Bonneville Lock & Dam Rufus, OR 97050 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0465560b2e744732a3add61a64e54f69/view)
 
Place of Performance
Address: Rufus, OR 97050, USA
Zip Code: 97050
Country: USA
 
Record
SN05685184-F 20200611/200609230146 (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.