Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOURCES SOUGHT

J -- Dam Failure Warning System (DFWS) Operations and Maintenance (O&M) Tasks for Tuttle Creek in Manhattan, KS.

Notice Date
12/30/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-1005
 
Response Due
1/22/2009
 
Archive Date
3/23/2009
 
Point of Contact
Michael David Dixon Jr., 816-389-3577<br />
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement indicating the Governments intent to award an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract which will provide for various Operations & Maintenance (O&M) tasks as they relate to the Tuttle Creek Dam Safety Assurance Program Dam Failure Warning System (DFWS) in Manhattan, Riley County, Kansas. Tuttle Creek Dam is located in an area of moderate earthquake activity due to its proximity to the Nemaha Uplift, a buried earthquake fault zone. The Corps of Engineers has completed studies on Tuttle Creek Dam that indicate the dam is susceptible to failure during a severe earthquake. A severe earthquake could result in catastrophic flooding and loss of life in downstream areas including the city of Manhattan. To address this situation, the Corps of Engineers constructed a Dam Failure Warning System (DFWS) under a previous contract. This proposed contract will be a continuation of Operations and Maintenance (O&M) tasks to include activities related to preventative maintenance, system monitoring and incident reporting, system repairs, documentation, and the preparation and execution of a decommissioning plan. Preventative Maintenance: The DFWS is a complex system made up of many components supplied by numerous manufacturers. As a result, the preventative maintenance task includes interpretation and execution of the O&M guides provided by the manufacturers. These guides also provide troubleshooting information should operational problems occur. System Monitoring and Incident Reporting: The system monitoring task includes daily and weekly O&M system monitoring checks to confirm that the wide-area networks and various sub-systems are functioning as intended. System Repairs: The system repairs task may be performed in connection with preventative maintenance, system monitoring, or on an emergency basis. For the correction of significant problems, a formal system repair plan may be prepared if requested by the Government. The contractor shall be responsible for notifying the Corps of Engineers Program Manager and the County EOC sites if system downtime is anticipated. Documentation: The documentation task includes documentation for the following: " Preventative maintenance in the DFWS Field Service Log, " Daily, weekly, and monthly system monitoring checks in the DFWS Monitoring Checks Documentation Log, " Problems encountered by the Corps of Engineers and/or the County EOC will be reported to the contractor using an Incident Report form which shall be maintained by the contractor, and " O&M documentation shall be maintained at the contractors facilities but will be made available to the Government when requested. If additional technical information is required, please contact Michael Dixon at michael.d.dixon@usace.army.mil. Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement should be sent via email to michael.d.dixon@usace.army.mil. Responses via FAX or traditional mail will not be accepted. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423 Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications. To do so requires CCR registration, including an MPIN number. Instructions for the Offeror Representations and Certification Application (ORCA) may be obtained, and required information may be entered at http://orca.bpn.gov. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is not guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than January 22nd, 2009 by 15:00 (CST). The response to this notice shall be in summary format and shall not exceed ten (10) pages. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. At a minimum, please provide the following: " Company name; " Company mailing address; " Point(s) of Contact including Telephone Number(s) & E-mail Address(es); " The size of your organization (i.e. Large Business, Small Business); and " A brief synopsis of your companys capabilities to meet this requirement. All information received will be considered. The potential for set-asides for small businesses and small disadvantaged businesses will be considered on the basis of the responses received. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b466bee85bf3205a1803cf7ea08832b9&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Corps of Engineers - Kansas City District ATTN: CT-C, 700 Federal Bldg., 601 E. 12th St. Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01725418-W 20090101/081230215039-b466bee85bf3205a1803cf7ea08832b9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.