SPECIAL NOTICE
93 -- Intent to Sole Source - Saylorville Pneumatic Crest Gates
- Notice Date
- 10/23/2024 12:35:56 PM
- Notice Type
- Special Notice
- NAICS
- 326291
— Rubber Product Manufacturing for Mechanical Use
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK25XGATE
- Response Due
- 11/6/2024 1:00:00 PM
- Archive Date
- 11/21/2024
- Point of Contact
- Allison Longeville, Brunson Grothus
- E-Mail Address
-
Allison.A.Johnson@usace.army.mil, brunson.e.grothus@usace.army.mil
(Allison.A.Johnson@usace.army.mil, brunson.e.grothus@usace.army.mil)
- Description
- The US Army Corps of Engineers, Rock Island District, intends to procure this requirement on a sole source basis under the authority of 41 U.S.C. 1901, as implemented in FAR 13.501(a)(1)(ii), utilizing sole-source procedures for certain commercial items. The US Army Corps of Engineers, Rock Island District, intends to enter a fixed-price contract with Obermeyer Hydro Accessories, Inc. of Wellington, Colorado to replace the air bladders and update the unified air compressor system responsible for operating the specific design and technical requirements of the existing pneumatic crest gates at Saylorville Lake. The system is designed and manufactured to operate cohesively as a single integrated system to manage gate operation, water levels, and flood control measures, with a critical need for reliability and efficiency. The scope of work includes:� �� - Bladder Replacement: Removal of the existing air bladders and installation of new, durable replacements capable of withstanding operating pressures and environmental conditions. �� - Air Compressor System Overhaul: Update or replace the existing air compressor system to ensure reliable operation, addressing issues with startup seizing and failures. �� - Piping Upgrade: Replace galvanized piping with stainless steel, as recommended from the latest inspection report, to enhance system durability and reduce future maintenance needs. �� - System Integration and Testing: Full integration of the upgraded components, including testing for safety, reliability, and operational efficiency. The NAICS code for this procurement is 326291 with a size standard not to exceed 750 employees. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any small-business firm that believes it can meet the requirement may give written notification to the Contracting Officer in the form of a capability statement. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed and must be furnished to the point of contact listed below by November 06, 2024 at 3:00PM CT. A determination by the government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The U.S. Army Corps of Engineers, Rock Island District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirements listed. In order to receive a government award, a firm must be registered in the System for Award Management (SAM) (https://sam.gov/). Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Questions should be directed to Allison Longeville; email: allison.a.johnson@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/49b79cb9f55841f89cb183b0cfb4eb22/view)
- Place of Performance
- Address: Johnston, IA 50131, USA
- Zip Code: 50131
- Country: USA
- Zip Code: 50131
- Record
- SN07247085-F 20241025/241023230102 (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 |