Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2024 SAM #8191
SOURCES SOUGHT

Z -- Foster Dam Rockfall Protection

Notice Date
4/29/2024 10:29:42 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N24SS2745
 
Response Due
5/20/2024 11:00:00 AM
 
Archive Date
06/04/2024
 
Point of Contact
Andrew Sprys, Andrea Smothers
 
E-Mail Address
andrew.j.sprys@usace.army.mil, andrea.k.smothers@usace.army.mil
(andrew.j.sprys@usace.army.mil, andrea.k.smothers@usace.army.mil)
 
Description
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. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: �237990 The related size standard is:� $45M. Formal Sources Sought Response Due � 20-MAY-2024 at 11:00 am PDT. Project Background. The existing rockfall protection was constructed and installed as part of the original construction of Foster Dam in 1964 and consists of 9-gauge galvanized mesh secured to the rock face with #6 unthreaded bars bolted at up to 20ft spacing along with #8 bars for spot bolting. The rockfall protection was installed on approximately 30 ft vertical rock faces adjacent to the two penstocks and the City of Sweet Home�s water supply line. Currently, several of the existing rock bolts have slipped and the mesh is loose in various areas. The existing mesh itself looks to be in good condition. Localized rockfall has occurred causing material build up and damage to the access staircase to the Sweet Home Water Supply Line. Due to this, rockfall protection is needed to prevent possible future damage to the Sweet Home Water Supply Line and the two penstocks.� Project Scope. This effort includes the construction of rockfall protection at Foster Dam on the vertical rock faces adjacent to the Foster Dam penstocks, associated concrete structures and the Sweet Home Water Supply Line. The construction will consist of scaling, vegetation removal, rockfall mesh installation and bolting of identified unstable rock features. Access to the site can be achieved via the access road behind the Foster Dam Project Office and the public roadway across the dam�s spillway. Coordination with USACE for roadway closures over the dam�s spillway will be required. Rock faces will be split into zones of priority with lower priorities included as Optional items. The expected order of priority to be: Current unprotected rock faces adjacent to critical infrastructure Current protected rock faces adjacent to critical infrastructure Current unprotected rock faces not adjacent to critical infrastructure Current protected rock faces not adjacent to critical infrastructure Anticipated Construction Schedule:� CENWP intends to advertise (NOV 2024) and award (DEC 2024) Construction Contract with estimated construction completion by the end of (JUN 2024). Estimated Construction Cost (ECC):� The current ECC is between $250,000 and $500,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. Number and Type of Contracts: NWP contemplates awarding a Firm-Fixed Price Construction Contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels. Anticipated Type of Solicitation:� The expected method to determine the best value to the government is Invitation for Bids (IFB). Project Specific Constraints and Challenges: NA Questions for Industry: Is there anything in our SOW that would discourage you from bidding? Is there anything in our SOW that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � W9127N24SS2745. Please email to Andrea Smothers, Contracting Officer, at Andrea.K.Smothers@usace.army.mil and Contracting Specialist, Andrew Sprys at AndrewJ.Sprys@usace.army.mil before 11:00 am Pacific Standard time on 20 MAY 2024. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: �Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 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 its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities 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. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22275349cbed4c869769dedc760e91ca/view)
 
Place of Performance
Address: Sweet Home, OR 97386, USA
Zip Code: 97386
Country: USA
 
Record
SN07046083-F 20240501/240429230048 (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.