Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
SOLICITATION NOTICE

Z -- Bonneville Dam Spillway Gate Repair Pit Upgrades

Notice Date
9/8/2023 12:13:33 PM
 
Notice Type
Presolicitation
 
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
W9127N23R0032
 
Response Due
9/22/2023 2:00:00 PM
 
Archive Date
10/07/2023
 
Point of Contact
Andrea Smothers, Andrew Sprys, Phone: 5038084616
 
E-Mail Address
andrea.k.smothers@usace.army.mil, andrew.j.sprys@usace.army.mil
(andrea.k.smothers@usace.army.mil, andrew.j.sprys@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS The U.S. Army Corps of Engineers (USACE) Portland District is soliciting a two-phase Design-Build Contract for the Bonneville Spillway Gate Repair Pit Upgrades project. The proposed project will be a competitive, firm-fixed price (FFP) contract. Project Scope: The U.S. Army Corps of Engineers, Portland District, has a requirement to design and construct improvements to the Spillway Gate Repair Pit that will allow the Project Staff to repair and maintain a single gate leaf safely and efficiently within the pit. The Bonneville Spillway Gate Repair Pit allows Project Staff to perform spot repair and maintenance of Spillway Gate leaves (upper and lower gate sections). In general, the existing Spillway Gate Repair Pit does not satisfy the requirements of current design standards. Below summarizes the rehabilitation requirements for the facility to be brought into compliance with current design standards: 1.� Replacement and lifting point certification of road deck ceiling panels rigging hardware. 2.� Demolition and removal of: � � �a.� Existing work platforms, ladders, and supports � � �b.� Intake and exhaust equipment and ductwork � � �c.� Wheel hoist systems � � �d.� Compressed air lines and fittings � � �e.��Water drainage system � � �f.��Electrical cables, lighting, and receptacles � � �g.��Downstream wall opening for non-restricted egress � � �h.��Doors, windows, and louvers � � �i.��Lead paint 3.� Design and build of: � � �a.��Horizontal gate supports for seismic bracing. � � �b.��Structural steel fixed work platforms connected by stairs and landings. � � �c.��Extendable platforms to bridge gap between fixed work platforms and gate. � � �d.��Non-restricted egress on downstream wall. � � �e.��Intake and exhaust equipment and ductwork. � � �f.��Exhaust hood for one mobile welding unit. � � �g.��Hoist(s) for mobilizing gate wheels and operator equipment or tooling. � � �h.��Compressed air lines and fittings. � � �i.��Fire and safety items such as fire extinguishers, eye wash stations, and all conduit, cables, ducts, and doorways protected from fire. � � �j.� Water drainage system capturing contaminants. � � �k.� Electrical receptacles, lighting, and panel updates. � � �l.� Replacement of doors, windows, and louvers, with addition of non-restrictive egress door. � � �m.� Interior concrete paint and floor coating. The project is located at the Bonneville Dam in Multnomah County, Oregon and Skamania County, Washington Contract Period of Performance: The estimated Period of Performance for this contract is April 2024 to April 2027. Magnitude of Construction: The estimated cost of the project is between $5,000,000 and $10,000,000. Set Asides and Codes: 100% Small Business set-aside. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990, �Other Heavy and Civil Engineering Construction�. The related size standard is $45M. The Product Service Code (PSC) is Z2KA, Repair or Alteration of Dams. Selection Process: The proposals will be evaluated using the Best Value Trade-Off source selection process. This will be a two-phase Design/Build procurement process. Potential offerors are invited to submit their Prime Contractor and Designer of Record Past Performance, technical approach, and capability information as will be described in the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order and subject to change): Past Performance, Experience, and Technical Approach. Pro Forma Information such as bonding and financial capability will also be required in Phase II to meet the minimum requirements of the solicitation. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be invited to participate in Phase II. The selected offerors for Phase II will be invited to submit additional information as will be described in the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order and subject to change): Conceptual Design, Work Plan, and Price. THE SELECTION PROCESS MAY CHANGE IN THE SOLICITATION. Discussions: The government intends to award without discussions, but reserves the right to conduct discussions if deemed to be in the government�s best interest. Anticipated Solicitation Release Date: The government anticipates releasing the solicitation in September 2023. The closing date for Phase I proposals will be approximately 30 days later. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award. Point of Contact: The USACE-NWP points of contact for this action are Andrew Sprys at andrew.j.sprys@usace.army.mil and Andrea Smothers at andrea.k.smothers@usace.army.mil. Email is the only method for receiving responses to this pre-solicitation notice. 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. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM ON OR ABOUT 22 SEPTEMBER 2023. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS AND PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6afe1f532e9441d0a40877f6d5f0196d/view)
 
Place of Performance
Address: Cascade Locks, OR 97014, USA
Zip Code: 97014
Country: USA
 
Record
SN06824233-F 20230910/230908230051 (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.