Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOURCES SOUGHT

Z -- COUGAR SPILLWAY GATE TWO REPAIR

Notice Date
3/25/2022 10:04:41 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-22-R-0027
 
Response Due
4/7/2022 2:00:00 PM
 
Archive Date
04/09/2022
 
Point of Contact
Cory Pfenning, Kristina K. Morrow
 
E-Mail Address
cory.r.pfenning@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(cory.r.pfenning@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
 
Description
COUGAR SPILLWAY GATE TWO REPAIR U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT ISSUED: 03/25/2022 RESPONSES DUE: 04/07/2022 at 2:00 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 size standard: $39.5M Federal Service Code: Z2KA, Repair or Alteration of Dams The purpose of this project is to fully rehabilitate one gate at Cougar Dam to current design standards and improve the reliability of the system, repair/replace hoist equipment, install staff gauges, replace electrical gate control equipment, replace distribution switchgear, re-conductoring from the switchgear to the spillway gates, decrease the environmental hazards by installing secondary containment around all oil and grease sources greater than 50 gallons, and decrease fall hazards by replacing damaged/missing hand rails and installing fall protection equipment. The Cougar Spillway Gate Two Repair will include to the following items: �������������� Strengthening hydraulic steel structures by adding stiffeners on selected ribs , replacing strut arm assemblies, trunnion hub and base, girder and diaphragm bracing, lifting anchor� assembly, guide shoes, and wearing plates of the Tainter gate Add machinery platforms and cover structures. Design thru-fence access doors to allow maintenance greasing of line shaft couplings from roadway. ����� Replace trunnion bearings, wire ropes and their gate connection assemblies, thrust washers, seals and components as necessary ����� Replace hoist equipment, install load limiting devices and brake system ����� Repair/replace all damaged or missing hand rails, guard rails and fall protection equipment to bring up to current EM385-1-1 standards ����� Install new Gate 2 line shaft assembly ����� Replace line shaft bearing inserts on Gate 1 ����� Install secondary oil containment systems around all oil or grease containing equipment that is near water or can drain into the dam sump. (Including trunnion bearings, intermediate shaft bearings, parallel gearboxes, worm drives, etc.) ����� Replace/upgrade local indication at the gates and install staff gauges on all gates as backup to the local indication per EM 1110-2-6071 ����� Replace limit switches to improve reliability ����� Replace electrical gate control and 120V/480V receptacle stations equipment and install with Government Furnished Equipment (GFE) ����� Install new conduit system for control and power cables/conductors to GFE electrical gate controls and 120V/480V receptacle stations equipment ����� Replace existing single overhead 480V feeder with two new buried concrete in-cased 480V feeders from Motor Control Center from Intake Tower to Spillway Distribution Panel through existing manholes and new handholes ����� Replace and add new independent 480V feeder from Intake Tower to Dam Safety�s Seismograph equipment structures ����� Reestablish connection to existing Dam Safety�s piezo meter equipment control and power system with new conduit and cables/conductors in new underground trench system and handholes ����� Install new fiber optic patch panel system at Spillway and auxiliary equipment in existing panel in Intake Tower ����� Install new fiber optic cable from Intake Tower to Spillway The anticipated magnitude for this project will be between $1,000,000 and $5,000,000. 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 Cougar Spillway Gate Two Repair to Cory Pfenning, email address: cory.r.pfenning@usace.army.mil and Kristina Morrow, email address: kristins.k.morow@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, in-house personnel, or business partners including the following; � The precast concrete producer must be certified by the National Precast Concrete Association's and/or the American Concrete Pipe Association's Plant Certification Program prior to and during production of the products for this project. � The fabricating plant and fabricator must be certified under the AISC (American Institute of Steel Construction) Quality Management System, Advanced Bridges (ABR) or Intermediate Bridges (IBR) category with Fracture Critical endorsement (FC). � Metal building system manufacturer must be a member of the Metal Building Manufacturers Association (MBMA) Building System and certified under AC472. �� Licensed engineer in Oregon knowledgeable in building design analysis, protocols and procedures for the ""Metal Building Systems Manual"" (MBMA MBSM); ASCE 7, and ASTM E1592. 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 2:00 pm Pacific Daylight Time on 07 April 2022.� Do not include proprietary information in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7cd0dbcecb894b4c8b61b7ef75b1b008/view)
 
Place of Performance
Address: Blue River, OR 97413, USA
Zip Code: 97413
Country: USA
 
Record
SN06280104-F 20220327/220326171931 (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.