Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2022 SAM #7418
SOURCES SOUGHT

Y -- Small Lock Machinery and Controls Replacement (SLMCR) Lake Washington Ship Canal (LWSC), WA

Notice Date
3/21/2022 9:43:59 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W68MD920762143
 
Response Due
4/8/2022 2:00:00 PM
 
Point of Contact
Tam Huynh, John Solomon
 
E-Mail Address
tam.c.huynh@usace.army.mil, john.s.solomon@usace.army.mil
(tam.c.huynh@usace.army.mil, john.s.solomon@usace.army.mil)
 
Description
SOURCES SOUGHT Number W68MD920762143 NOTE: This is a Sources Sought publication ONLY.� This announcement is issued solely for information and planning purposes only (i.e., market research) � it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or a Request for Proposal (RFP); or a promise to issue an RFQ, IFB, or RFQ in the future. This publication does not obligate the United States (U.S.) Government to any contract award.� This notice does not restrict the Government as to the ultimate acquisition approach. Responses to this publication shall be for informational purposes only. The Government will not pay for any information or administrative costs incurred in response to this publication. Submittals will not be returned to the responder.� 1. CONTRACT INFORMATION The U.S. Army Corps of Engineers (USACE), Northwestern Division, Seattle District, is seeking interested business sources for a construction project titled Small Lock Machinery and Controls Replacement (SLMCR) at Lake Washington Ship Canal (LWSC), WA.� The proposed project is anticipated to be subject to Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation; and 36, Construction and Architect- Engineer Contracts. The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. This procurement requires 100% payment and performance bonds. The Government is seeking to identify qualified sources under the anticipated North American Industry Classification System (NAICS) Code 237990 � Other Heavy and Civil Engineering Construction. Size Standard $39,500,000. 2. PROJECT SCOPE The procurement requires the replacement of the existing small lock machinery and electrical programmable logic controls at the LWSC, WA. The purpose of the project is to remove and dispose of the existing machinery and controls that operate the miter gates, valves, and controls system, increase the size of the exiting machinery recesses, and install the compact hydraulic machinery, reconnect to the existing gates, and install the necessary electrical components to connect to the master PLC and Remote I/O Panels. In Water Work. The construction will occur between December 1 through March 31 for approximately 90 days for the protection of migrating salmonids. It is assumed there will be no in-water work; however, barge support is acceptable. Any work needing to be completed within a dewatered lock chamber will need to be performed during a single small lock dewatering event that coincides with the regular outage for annual maintenance. Schedule for Award, Submittals, and Construction. The funding for the project has been provided in order to award a contract early in Fiscal Year 2023, and subsequently begin construction work at the project site in the Spring or Summer 2023. 3. SUBMISSION REQUIREMENTS Interested firms should submit a brief capabilities package, to include the following: Company name, address (mailing and URL), point of contact, phone number, and email address. Three (3) to five (5) examples of past projects as the Prime Contractor, or Subcontractor for work that demonstrates the following requirements: � � � � � - Project where work was performed in or around an aquatic/marine environment (e.g., locks, dams, or moveable bridges, harbor machinery). � � � � � - Projects where divers were used to operate at depth in an aquatic/marine environment. � � � � � - Projects requiring strict adherence to environmental regulations and environmental coordination. � � � � � - Projects where your Company provided one of a kind machinery in unique and challenging compact locations. � � � � � - Projects where your Company proposed solutions to provide less impact to facility occupants. � � � � � - Projects where your Company proposed efficient solutions which allowed project to be completed earlier than scheduled.� � � � � � - Project performed in a condensed schedule. Requiring strong administration of a contract. � � � � � All submitted projects should be completed within the last 10 years. Examples of past project(s) should include the following information: � � � � � Contract Title � � � � � Contracting Agency/Entity � � � � � Project Summary/Decryption � � � � � Date(s) of performance � � � � � Dollar value of project � � � � � Description of how your company demonstrated one of the seven requirements above. Do you believe all aspects of this requirement could be performed by the small business sector? � � � � � Yes� �No � � � � � If yes, as a �large business/�small business, what estimated percentage do you think can be subcontracted out to small business � � � � � Small Business (SB) ____% � � � � � Small Disadvantage Business (SDB) ____% � � � � � Woman-Owned SB (WOSB) ____% � � � � � Veteran-Owned SB (VOSB) ____% � � � � � Service-Disabled VOSB (SDVOSB)� ____% � � � � � Historically Underutilized Business Zone (HUBZone) ____% � � � � � If no, please specify/describe which areas best suited for subcontracting to the small business sector. �Identify your intentions to team or subcontract any work and what percentage of work you are capable of in your own right and what percentage you are subcontracting. � � � � � � � � � � If Subcontractor functions � If you were a subcontractor, what functions did you have?� Were they core functions?� What percentage of the contract did you handle? Companies who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above.� Submission Information: The responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 8 April 2022. Submit responses by email to: tam.c.huynh@usace.army.mil, and stephanie.a.mckenna@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. 4. CONTRACTING OFFICE ADDRESS Attn: CENWS-CT PO Box 3755 Seattle, Washington 98124-3755 United States Place of Performance: Ballard / Hiram M. Chittenden Locks Seattle, WA 98107 Primary Point of Contact: Stephanie McKenna Project Manager stephanie.a.mckenna@usace.army.mil Phone: 206-764-6081
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8ecfd0ba12f945169a117995c99f751d/view)
 
Place of Performance
Address: Seattle, WA 98107, USA
Zip Code: 98107
Country: USA
 
Record
SN06274113-F 20220323/220321230103 (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.