Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOURCES SOUGHT

B -- Sources Sought Notice for McNary Lock and Dam Condition Monitoring Requirements Assessment

Notice Date
3/31/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-SS27
 
Response Due
4/14/2011
 
Archive Date
6/13/2011
 
Point of Contact
Julie Morris, 509-527-7220
 
E-Mail Address
USACE District, Walla Walla
(julie.m.morris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a service requirement entitled: McNary Lock and Dam Condition Monitoring Requirements Assessment. Consideration is being given to issuing a Firm Fixed Price contract. The purpose of this sources sought notice is to determine interest and capability of potential qualified 8(a) small businesses, Historically Underutilized Business Zone (HUBZone) small businesses and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 541330. The Small Business size standard for this NAICS code is $4.5 million. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT: (1)Your intent to submit a proposal for this project when it is formally advertised. (2)Name of your company with address, phone and point of contact. (3)CAGE Code, DUNS number, and Employment/Tax Identification Number (EIN/TIN). (4)The category of small business or subcategory, such as 8(a), HUBZONE, or SDVOSB. (5)Capabilities Statement, not exceeding 3 pages, which demonstrates in similar work your: -Experience -Technical Competence -Equipment -Past Projects with $ dollar value, and customer contact information. If an adequate number of responses are not received, this solicitation may be issued for full and open competition. Where to send responses: U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting / Julie Morris Walla Walla, WA 99362 Phone: (509) 527-7220 Fax: (509) 527-7802 E-mail: julie.m.morris@usace.army.mil Response deadline: April 14, 2011 at 5:00 p.m. (Pacific time zone) Place of Performance: McNary Dam 82790 Devore Rd. Umatilla, OR 97882-1441 STATEMENT OF WORK CONDTION MONITORING REQUIREMENTS ASSESMENT 1.0SCOPE The successful bidder shall be required to perform a requirements assessment for condition monitoring of one main unit at McNary Lock & Dam. He shall also submit all required submittals as defined in this statement of work. 2.0GENERAL All onsite work shall be performed in compliance with the Corps of Engineer's safety manual, EM385-1-1. An electronic copy can be found at http://www.usace.army.mil/CESO/Pages/EM385-1-1.aspx. The contractor shall notify the POC listed in SECTION 5.0 a minimum of 14 calendar days prior to the beginning of onsite work. The main unit will not be available to remove from service for onsite work. Both hard copies and electronic copies of requested drawings will be made available to the contractor during onsite work. Only job specific photographs will be allowed. All work shall be completed within 6 weeks of contract award. 3.0TECHNICAL REQUIREMENTS 3.1Requirements assessment: 3.1.1Shall include all components of one (1) main unit, such as but not limited to, the turbine, generator, governor, and exciter. 3.1.2Shall include recommendations for instrumentation installation of any technology. 3.1.3Shall include recommendations for integrating existing instrumentation into condition monitoring software. 3.1.4Shall recommend and be capable of providing and installing a condition data management software and human machine interface that is capable of the following: 3.1.4.1Have direct communication with the Corps of Engineer's maintenance management system, FEMS Maximo. 3.1.4.2Have direct inputs into the Federal Columbia River Power System's asset management system, HydroAMP. 3.1.4.3Have direct inputs into the Federal Columbia River Power System's asset investment planning system, CopperLeaf. 3.1.5Recommendation report shall meet the following: 3.1.5.1Have a findings section that includes but is not limited to the following; current condition monitoring, maintenance findings, operational findings, and management / business practices findings. 3.1.5.2Have a recommendations section that includes but is not limited to the following; staffing / people, business processes, work processes, technologies, opportunities / options. 3.1.5.3Have cost estimates for each option from recommendations that is broken down to all labor, materials, and oversight / administration. 3.1.5.4The contractor shall allow the government a group review of the recommendations report. This shall be no longer than 5 hours and can be done via telephone. 3.1.6The contractor shall have a minimum of 10 years of experience in providing similar work on hydropower main units of at least 80 MW capacity. 3.1.7The contractor shall employ a minimum of one (1) engineer that will conduct this requirement assessment. 3.1.7.1This person shall have a minimum of a Bachelor's of Science in Engineering. 3.1.7.2This person shall be a licensed professional engineer. 3.1.7.3This person shall have a minimum of 5 years of similar work experience. 3.1.7.4This person shall be present for all onsite work, and shall be the primary author of the requirements report. 4.0SUBMITTALS All submittals shall be submitted electronically via email to the POC listed in section 5.0. The contractor shall allow 14 calendar days from the date of delivery for review of each submittal. Submittals will either be accepted, rejected (resubmission required), or accepted (except as noted). Submittal title nomenclature shall be accordance with the following. 4.1Pre Contract Award Submittals. 4.1.1Contractor Experience, meet requirements of 3.1.6 4.1.2Requirements Assessment Conductor, meet requirements of 3.1.7. 4.1.3Condition Data Management Software and Human Machine Interface; meet requirements of 3.1.4. 4.2Post Contract Award Submittals. 4.2.1Recommendations Report, meet requirements of 3.1.5 5.0Work schedule All onsite work shall be limited one (1) week and to the government's normal business hours of Monday-Thursday 6:30am -5:00pm, excluding federal holidays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-SS27/listing.html)
 
Place of Performance
Address: McNary Lock and Dam 82790 Devore Rd. Umatilla OR
Zip Code: 97882-1441
 
Record
SN02413685-W 20110402/110331234233-18280a65cecf8d81c91f6437e9101da8 (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.