Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2022 SAM #7412
SOURCES SOUGHT

Z -- John Day Dam Bearing Shoe Repair - Phase 2

Notice Date
3/15/2022 1:00:33 PM
 
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
W9127N22R0023
 
Response Due
3/23/2022 2:00:00 PM
 
Point of Contact
Brian S. Roberts, Phone: 5038084616, Kristina K. Morrow
 
E-Mail Address
Brian.S.Roberts@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(Brian.S.Roberts@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) anticipates advertising a solicitation for the John Day Dam Bearing Shoe Repair - Phase 2 near Klickitat County, Washington. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Source Sought announcement will be used by the Government to make, if appropriate, a small business set-aside and other key acquisition strategy decisions. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Businesses, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZones), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small Business (SDVOSB). 3. Capability Statements: Contractors should demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of three projects will be accepted for review. Note: The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s capability to perform the requirements. North American Industrial Classification Code (NAICS): NAICS Code 237990 � Other Heavy and Civil Engineering Construction The size standard: $39.5 million Federal Service Code: Z2KA -- Repair Or Alteration Of Dams 4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to replace bearing shoes in accordance with the details provided below for the requested project. Background - The existing downstream gate was installed in 2011.� Recently, gate inspections have observed that the bearing shoes on the north and south sides of the gate have experienced lateral cracking through the bolt holes. An interim repair of a 38"" section on the south side was performed in March 2017 following a failure of that section. Subsequent inspections have found bolts loose within their respective threaded locations, or, in at least one case, a bolt sheared and spinning freely. A construction contract replaced the 'Bottom 1/3' of the bearing shoes in March 2018 addressing a number of the problems noted in recent inspections. However, the remaining existing bearing shoes must be replaced to address the noted problems in the remaining portions of the existing bearing shoes. Scope - The work includes replacement of approximately 72 ft of bearing shoes as base CLINs ('Middle Third') and 90 ft of bearing shoes as optional CLINs ('Top Third') for the north and south sides of the Navigation Lock Downstream Gate with government furnished bearing shoes and incidental related work. Work will be performed during two planned navigation lock outages in March 2023 and March 2024. The scope of this project consists of the Contractor furnishing all supervision, engineering, labor, materials, and equipment to perform the following work in strict accordance with the detailed requirements of this contract. Contract duration is estimated to be approximately 2 years from notice to proceed (NTP). The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N22R0023 John Day Bearing Shoe Repair - Phase 2. Please send to Brian Roberts, Contract Specialist, at Brian.S.Roberts@usace.army.mil by 2:00 pm Pacific Standard Time on Wednesday, March 23, 2022. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm�s response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm�s name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm�s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) Firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or Service-Disabled Veteran-Owned Small Business (SDVOSB). c. Provide relevant information on the Firm�s experience/capabilities as it pertains to the proposed work outlined in the Project Description. Of particular importance are projects demonstrating the capability of heavy civil, dam (navigation lock) construction.. d. Provide a maximum of three examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the dollar value. The Government may verify information in CPARS or PPIRS. 6. Disclaimer and Important Notes. 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 Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that tis response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in beta.SAM.gov. However, responses to this notice are not adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0bc5d50a16b04cd0be8618482f86a890/view)
 
Place of Performance
Address: Goldendale, WA 98620, USA
Zip Code: 98620
Country: USA
 
Record
SN06267956-F 20220317/220315230106 (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.