Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOURCES SOUGHT

66 -- RECOVERY--66--Dam Safety Instrumentation Rehabilitation, Repair, Replacement and Installation, Multiple Dams

Notice Date
6/11/2009
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-S-K001
 
Response Due
6/16/2009
 
Archive Date
8/15/2009
 
Point of Contact
tina keimig, 402-661-6178<br />
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(tina.l.keimig@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information (Sources Sought Notice) Dam Safety Instrumentation Rehabilitation, Repair, Replacement and Installation, Multiple Dams The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community (Small Businesses (SB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned SB (SDVOSB) Historically Underutilized Business Zone (HubZones) and Section 8(a) Participants) or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 811219 Other Electronic and Precision Equipment Repair and Maintenance for the following requirement located at Bear Creek Dam, Cherry Creek Dam (CO); Fork Peck Dam (MT); Garrison Dam (ND); Gavins Point Dam, Oahe Dam, Cottonwood Springs Dam (SD); Salt Creek Dams, Papillion Creek Dams (NE). Summary of Work: Work will be conducted at U.S. Army Corps of Engineers owned and operated earthen embankment dams across a multi-state region. The general type of work required at the dams includes repairing, rehabilitating and response testing piezometers, seepage pipes, and drains; and installing open tube and vibrating wire piezometers, vertical drains, and relief wells. Rehabilitation will generally consist of mechanically cleaning by brushing, surging and/or by pumping or blowing out (with compressed air) water and accumulated sediment in the pipe. Response testing will consist of adding or removing water from each piezometer to determine water level responsiveness. Installation consists of drilling, taking soil samples, and placing pipe, screen, vibrating wire piezometers, granular filterpack, grout, and bentonite seals as appropriate. Newly installed instruments will be finished at the ground surface with metal casing. Specific activities and requirements vary by dam. All work requires compliance with Corps of Engineers requirements for drilling on or through dams. Contractor is required to submit a workplan prior to initiation of field work that includes QA/QC plan, accident prevention plan, personnel qualifications, detailed information on the conduct of field activities, and the implementation schedule. Interim final reports documenting field work and compiling required data, construction diagrams, etc. is required at the completion of work at each dam. A final report incorporating interim reports is required at the completion of the project. Schedule: All work will be complete 12 calendar months after notice to proceed (NTP). It is anticipated that NTP will be given in by late September or early October. Statement of Interest: Firms interested in providing proposals for this work need to submit 1) statement of qualifications demonstrating their experience in working on earthen embankment dams and installing dam safety instrumentation, 2) summary of company resources (equipment and personnel), and 3) a brief plan demonstrating how they would execute the work at multiple project sites within the 12-month execution timeframe (e.g., all in-house crews, sub-contract support, etc.). This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 811219 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price. The estimated price range for this effort is between (See FAR Part 36.204) $250,000 and $500,000.00. The estimated performance period is one year. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information 1. What is your company name, address, point of contact, phone number, and e-mail address? 2. What is your business size? 3. Do you have any corporate affiliations? If so, please identify. 4. Are you interested in participating as a leader or member of a small business-led team? a. If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b. Provide a list of potential team members and associated disciplines, if known. c. Describe your current/anticipated team management structure. Past Performance Information 5. Please provide any past performance information for the previous 3 years that clearly demonstrates familiarity and experience with the requirements. For each project, include the following information: a. Size, term, and complexity of job; b. Information on your role as either a prime contractor or subcontractor; and c. Point of contact (POC) at the agency or prime contractors organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 6. Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. Responses to this announcement may be sent electronically to Tina Keimig at tina.l.keimig@usace.army.mil and should arrive no later than 10 a.m. (CST) 16 June 2009. Responses should be limited to no more than 10 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION CECT-NOW-C ATTN: TINA KEIMIG 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Tina Keimig by via e-mail at the address above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-09-S-K001/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01842958-W 20090613/090612000134-d85d47ead7ebf5e60232856ece0b65d0 (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.