Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

Z -- McNary, Ice Harbor, Lower Monumental, Little Goose, Lower Granite Project Tainter Valve Replacement

Notice Date
1/19/2023 4:32:11 PM
 
Notice Type
Sources Sought
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-23-R-SS06
 
Response Due
2/2/2023 5:00:00 PM
 
Point of Contact
Dustin J. Smith, Phone: 5095277307, LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
 
E-Mail Address
dustin.j.smith@usace.army.mil, leanne.r.walling@usace.army.mil
(dustin.j.smith@usace.army.mil, leanne.r.walling@usace.army.mil)
 
Description
McNary, Ice Harbor, Lower Monumental, Little Goose, Lower Granite Project Tainter Valve Replacement Sources Sought Notice: W912EF-23-R-SS06 The US Army Corps of Engineers, Walla Walla District is seeking input from sources for a supply with construction installation project entitled: NWW Tainter Valve Replacement. �The work is located at the McNary Project (MNA) in Umatilla, Oregon; Ice Harbor Project (HLD) in Burbank, Washington; Lower Monumental Project (LMA) in Kahlotus, Washington; Little Goose Project (LGA) in Starbuck, Washington; and Lower Granite Project (LLA) in Pomeroy, Washington. The anticipated North American Industry Classification System (NAICS) code for this project is 332911 (Industrial Valve Manufacturing) and the associated small business size standard is 750 employees.� A sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. �This is not a solicitation. �The Government seeks input from interested companies to better understand socio-economic capability, inform participation, and address engineering, acquisition considerations. �If your company is interested in this project, please submit a response to include the following information. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� The Government seeks input from interested companies to better understand socio-economic capability, inform participation, and address engineering, acquisition considerations. �If your company is interested in this project, please submit a response to include the following information: A) Provide a written list of current or completed past projects within the last 10 years demonstrating technical experience with work of a similar nature (similar in scope, complexity, and magnitude of this project), to that listed in the Summary Scope of Work. �For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, the dollar value and the completion date. �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.� B)�� �A reference list for each of the projects submitted in A) above. �Include the name, title, phone number and email address for each listed reference. C)�� �Provide a statement of your firm�s business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� D)�� �Provide a statement of your firm�s bonding capacity. �A statement from your surety is NOT required. E)�� �Cage Code and Unique Entity ID (UEI). F)�� �Please answer the following questions and include in your submission: (1)�� �What is your level of interest and would your company compete for this project when it is advertised? (2)�� �What challenges (reservations) do you have about this project? (3)�� �Please provide any engineering questions that your company would request to be answered in any potential future solicitation or if you have any engineering suggestions for the conceptual plans that you believe should be addressed with your written responses. �Please reference file attachment named �Tainter Valve - Conceptual Reference Only.pdf� for conceptual drawings provided as a reference.� (4)�� �What do you foresee as the Long Lead Items that would be involved, and what would be anticipated time frames based upon your knowledge of current market conditions? (5)�� �Based upon Government understanding to complete these requirements, the tainter valves will require a Heat Treatment of the Valves, as well as In-Situ Measurements at the project site(s) are required. Briefly summarize how your firm would address these requirements? (6)�� �What do you foresee as the Geographic Considerations due to the location of the project sites, if any? (7)�� �What do you foresee as the major Cost Drivers for this Type of Project? (8)�� �If the Government advertises this project utilizing Best Value Trade Off (BVTO) evaluation criteria, how would that impact your participation in this upcoming advertisement? �What are your concerns, if any? (9)�� �If the Government contemplates an Invitation for Bid (IFB) or IFB with Definitive Responsibility Criteria (DRC) utilizing a per JOB (lump sum) pricing approach, whereby each tainter valve unit with all required upgrades and associated installation would represent a single overall price. �Given this approach, what are your concerns, if any?� (10)�� �If the Government contemplates a Requirements contract with a base year plus 4 option years utilizing a firm fixed price contract approach, whereby projection of pricing for 5 years will be under the fixed rate of the fixed price contract estimations, given this approach, what are your concerns, if any?� (11)�� �If the Government contemplates an Indefinite Delivery Indefinite Quantity (IDIQ) contract (SATOC) with a base year plus 4 option years using a firm fixed price task order contract approach for potentially each dam or for a mix of consolidated and non-consolidated dams to meet the requirement, given this approach, what are your concerns, if any?� (12)�� �Given the above referenced potential contracting methods for fabrication with construction install along with the current anticipated three year timeline for receipt of funding (two dams for up to eight tainter valves in FY24, two dams for up to eight tainter valves in FY25, and one dam for up to two tainter valves in FY26), does your firm foresee a need for incorporating Economic Price Adjustment (EPA) into any potential contract(s)? If you foresee a need for EPA, please provide a justification. The following questions (#13-15) are requested to be answered with your responses for the above sources sought responses and are intended to provide industry feedback on the potential of consolidating the requirements for five (5) dams. (13)�� �If the Government advertises this requirement as one consolidated contract action encompassing up to five (5) dams with an estimated total number of 18 tainter valves with performance anticipated to be funded over three years (funding to be provided incrementally in FY24, FY25, and FY26), without EPA, how would that impact your participation in this upcoming advertisement? �What are your concerns, if any? (14)�� �If the Government advertises this requirement via three separate standalone competed contracts (ie. Best Value, IFB, RFP, etc..), whereas the first standalone contract would be awarded in year one consisting of two dams (four tainter valves each), the year two standalone consisting of two dams (four tainter valves per dam), and the year three standalone consisting of one dam (two tainter valves), using a brief explanation, how would that impact your participation in this upcoming advertisement? �What are your concerns, if any?� (15)�� �If the Government advertises this requirement over three (3) years encompassing a total of five (5) separate competed contract actions (no consolidation of requirements), consisting of four (4) separate contracts of one (1) dam each with up to four (4) tainter valves per dam and one (1) dam with up to two (2) tainter valves, how would that impact your participation in this upcoming advertisement? �What are your concerns, if any? The Government is contemplating the following acquisition types: (16)�� �Requirements contract with a base plus 4 option years The Government contemplates potentially advertising this project utilizing Requirements evaluation criteria and contract method(s), how would that impact your participation in this upcoming advertisement? �What are your concerns, if any? (17)�� �Invitation for Bid (IFB) with DRC The Government contemplates potentially advertising this project utilizing IFB with DRC evaluation criteria and contracting method(s), how would that impact your participation in this upcoming advertisement? �What are your concerns with this potential contract vehicle, particularly in light of the potential project consolidations, if any? (18)�� �Invitation for Bid (IFB) The Government contemplates potentially advertising this project utilizing IFB contracting method(s), how would that impact your participation in this upcoming advertisement? �What are your concerns with this potential contract vehicle, particularly in light of the potential project consolidations, if any? (19)�� �Indefinite Delivery-Indefinite Quantity (IDIQ). The Government contemplates potentially advertising this project utilizing a IDIQ (SATOC) contracting method, how would that impact your participation in this upcoming advertisement? �What are your concerns with this potential contract vehicle, particularly in light of the potential project consolidations, if any? (20)�� �Best Value Trade Off (BVTO) - RFP. The Government contemplates potentially advertising this project utilizing Best Value Trade-Off (BVTO) evaluation criteria, how would that impact your participation in this upcoming advertisement? �What are your concerns with this potential contract vehicle, particularly in light of the potential project consolidations, if any?� ?�� �The following is a draft of the evaluation factors for the current anticipated BVTO Solicitation Criteria; however they are subject to change before official issuance of the solicitation(s) to meet the requirements. �What are your concerns, if any? a)�� �1. �FACTOR 1 Technical � Fabrication Experience - The technical evaluation will be comprised of three (3) parts. Risk assesses the degree to which the offeror�s documented fabrication experience demonstrates ability to implement the proposed technical approach for the requirements of the solicitation may cause disruption of schedule, increased price, degradation of performance, the need for increased Government oversight, or the likelihood of unsuccessful contract performance. Risk will be evaluated as one aspect of the technical evaluation, inherent in the technical evaluation factor rating. b)�� �2. �FACTOR 2 Technical � Installation Experience - The technical evaluation will be comprised of three (3) parts. Risk assesses the degree to which the offeror�s documented installation experience demonstrates ability to implement the proposed technical approach for the requirements of the solicitation may cause disruption of schedule, increased price, degradation of performance, the need for increased Government oversight, or the likelihood of unsuccessful contract performance. Risk will be evaluated as one aspect of the technical evaluation, inherent in the technical evaluation factor rating. c)�� �3. �FACTOR 3 Technical � Technical Approach - The technical evaluation will be comprised of three (3) parts. Risk assesses the degree to which the offeror�s proposed technical approach for the requirements of the solicitation may cause disruption of schedule, increased price, degradation of performance, the need for increased Government oversight, or the likelihood of unsuccessful contract performance. Risk will be evaluated as one aspect of the technical evaluation, inherent in the technical evaluation factor rating. d)�� �4. � FACTOR 4 Past Performance - Each offeror�s current and past performance will be reviewed to determine relevancy and confidence. e)�� �5. FACTOR 5 Price - The resulting award will be a firm-fixed price contract. Price reasonableness will be utilized in the evaluation of the proposal. Submit this information to Leanne Walling, Contract Specialist, via email to Leanne.R.Walling@usace.army.mil with a copy to Dustin.J.Smith@usace.army.mil. �Your response to this notice must be received on or before 5:00 PM on February 02, 2023. Summary of Scope of Work: �� The US Army Corps of Engineers, Walla Walla District is seeking sources to provide personnel, materials, supplies, equipment, transportation, supervision and other items and services for the following locations:� MNA Tainter Valve Summary Scope of work:� This project involves the replacement of the two tainter valves (#2 & #4) in the navlock filling and emptying system and their mechanical and electrical operating equipment. The current valves have had reliability issues resulting in unscheduled maintenance and repair needs. The tainter valve operating equipment is original and has been in service for 60 years.� The tainter valves are located in the navigation lock (Washington side), inside the fill/drain culverts, about 120 feet below the spillway deck. The main access is down the valve shaft via crane and basket.� Each tainter valve has an approximate size of 13 feet tall, 11 feet wide and a 17 foot radius. The weight of each tainter valve is approximately 53,000 pounds. This project also includes the replacement of the associated mechanical equipment including linkages, hydraulic cylinders, and hydraulic power units. �The trunnion yokes, pins, bushings, and keeper plates shall also be replaced. The electrical systems will also be updated, which includes power and control for each of the valves. �Tainter Valves 2 and 4 will be retained for government use. � The tainter valve structure will be replaced with the same design used for the Lower Snake River Tainter Valve System Upgrade. The work described herein involves the repair of two tainter valves and associated operating assemblies at the McNary Lock and Dam.� The contractor or their subcontractor responsible for fabrication shall be certified under American Institute Steel Construction (AISC) quality certification program with one of the following certifications: Major Bridge Fabricator (CBR), Certified Bridge Fabricator � Advanced (ABR), Certified Bridge Fabricator � Intermediate (IBR), or Certified Hydraulic Fabricator (HYD). �In addition to the above required certifications the fabricator shall be certified with the Fracture Critical Endorsement (F). There are three major actions included in this contract scope of work.� 1.�� �Fabrication of the replacement parts� 2.�� �Removal of the existing equipment 3.�� �Installation of the replacement equipment� Only one of the tainter valves will be replaced at a time such that the other three valves will remain fully operational to allow normal navigation movement through the lock. HLD-LMA-LGA- LLA Tainter Valve Summary Scope of Work : Replace four culvert valve bodies with new valves (four at each site, sixteen total) at Ice Harbor, Lower Monumental, Little Goose, and Lower Granite projects. � � The tainter valves are located in the navigation lock at the referenced projects, inside the fill/drain culverts, at varying depths below the spillway deck. The main access is down the valve shaft via crane and basket.� The tainter valves have an approximate size of 15 feet tall, 12 feet wide and a 19.5-foot radius. The weight of each tainter valve is approximately 54,000 pounds. This project also includes the replacement of the associated mechanical equipment, including linkages, hydraulic cylinders, and hydraulic power units. �The trunnion yokes, pins, bushings, and keeper plates shall also be replaced. The electrical systems will also be updated, which includes power and control for each of the valves. The work described herein involves the repair of four tainter valves and associated operating assemblies at each of the above referenced locks and dams.� The contractor or their subcontractor responsible for fabrication shall be certified under American Institute Steel Construction (AISC) quality certification program with one of the following certifications: Major Bridge Fabricator (CBR), Certified Bridge Fabricator � Advanced (ABR), Certified Bridge Fabricator � Intermediate (IBR), or Certified Hydraulic Fabricator (HYD). �In addition to the above required certifications the fabricator shall be certified with the Fracture Critical Endorsement (F). There are three major actions included in this contract scope of work.� 1.�� �Fabrication of the replacement parts� 2.�� �Removal of the existing equipment 3.�� �Installation of the replacement equipment� Only one of the tainter valves will be replaced at a time at each project such that the other three valves on that project will remain fully operational to allow normal navigation movement through the lock. MNA HLD-LMA-LGA- LLA Tainter Valves Combined Requirements Summary Scope of Work: � Please reference file attachment named �W912EF-23-R-SS06 - Tainter Valve - Conceptual Reference Only.pdf� for conceptual drawings provided as a reference. Replace tainter valve trunnions for each replaced valves, including the bases, pins, bushings, anchor bolts, and epoxy backing.� Rehabilitate the stainless-steel sealing surfaces in the culverts by performing weld repair and machining. Replace the lifting eyes for each tainter valve. Replace the entire linkage assembly that connects each valve with its hydraulic operating cylinder. �This includes the connecting rod and pin assemblies, crosshead assemblies, push rods and push rod guides. Replace both hydraulic operating cylinders. Replace the hydraulic power unit (HPU) for each tainter valve. �This includes the motor, pump, tank, and associated piping connections to the operating cylinder and electrical controls. Replace electrical components including the motor cables, thermal overloads, motor starter and circuit breaker, transformer, auxiliary relay, pressure and temperature switch, and time delay relays. Replace lubrication assembly with a new grease pumping and distribution system. Provide commissioning services to test the entire tainter valve system to verify satisfactory installation and operation. Anticipated solicitation date is December 2023. Anticipated award date is March 2024. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. �In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. � A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor�s on-site operations. �The SSHO shall possess a minimum of 5-years experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor�s on-site operations that involves work that exposes workers to fall hazards. This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1.� The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. �A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor�s operations. �The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. �In addition, the CQC System Manager shall have completed the course entitled �Construction Quality Management for Contractors� within the last 5-years.� � � The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. �QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. �The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of Record Drawings to the customer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0572a08f400489b98785c64188682bd/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN06568699-F 20230121/230119230113 (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.