Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOURCES SOUGHT

99 -- Spillway Gate Painting (6 Main Stem Dams)

Notice Date
1/24/2012
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-S-C001
 
Response Due
2/3/2012
 
Archive Date
4/3/2012
 
Point of Contact
Rachelle Hairston, 402-995-2045
 
E-Mail Address
USACE District, Omaha
(rachelle.e.hairston@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Spillway Gate Painting (6 Main Stem 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 238320 - Painting Six Main Stem Dams: Fort Peck Dam (MT), Garrison Dam (ND), Oahe Dam (SD), Big Bend Dam (SD), Fort Randall Dam (SD) and Gavins Point Dam (SD). There will be up to six (6) Best Value RFP Design-Build projects advertised through the Omaha District. Work shall include vinyl painting of steel gates at the six main stem dams on the Missouri River. The number, size and type of gates are as follows: Fort Peck (16 - 40' x 25' vertical lift gates), Garrison (28 - 40' x 29' tainter), Oahe (8 - 50' x 23.5' tainter), Big Bend (8 - 40' x 38' tainter), Fort Randall (21 - 40' x 29' tainter) and Gavins Point (14 - 40' x 30' tainter). Work shall include: blast surface of spillway gates to commercial blast, fill pits with weld material, prepare the final surface to SSPC 5 (white metal) and final coat the gates with a vinyl coating system with zinc primer. Work may require the use of scaffolding, snooper crane and harness access. In some cases Government barges may be provided to accommodate a work platform upstream of spillway gates. Contractor shall be responsible for dewatering, if required. Taking gates off-site is prohibited. Work may require torch cutting and grinding of new holes for drainage including a structural analysis for altering the gate. Experience in design/analysis of Hydraulic Steel Structures (HSS) may be required. Each project office has one set of spillway stoplogs. Therefore, work shall be sequenced to be performed while the stoplogs are in place. The contractor shall have the option of fabricating temporary stoplog structures. Contractors shall have the following painting qualifications: QP-1 and QP-2 Contractor Certification - (NACE 1 and NACE 2 certifications can be substituted if contractor has at least 2 Corps of Engineers coating contracts with Satisfactory ratings that involve water tanks, hydraulic structures or bridges located over bodies of water in the last five years) Contractor shall provide documentation of at least one job coating with vinyl over $1,000,000 in the past five years. Coating contractor shall be required to hire an independent third party inspector NACE 3 or QP-3 qualified. In addition to painting, other work may include: sandblasting sections of the gate or the whole gate, lead-based paint removal over/near water, non-destructive testing, cathodic protection installation, wire rope replacement, welding, corrosion repair, concrete spall repair (the spalls that are directly below the gate when in the closed position that have to be repaired with the gate in the open position), gate seal replacement and concrete construction joint and/or waterstop replacement. This work may be contracted out to other specialty contractors, as required. Please note: other contractors may be performing work simultaneously in the same general vicinity of the gate work. Contractors will be required to coordinate with other contractors and dam personnel. 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 238320 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. 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 company CAGE code and DUNS number? 3. What is your business size in relation to the NAICS Code 238320? 4. What is your geographic span? 5. What is your bonding capability? Include individual contract and aggregate limits. 6. Are you able to obtain Security Clearances for your firms members and those of your partnerships with subcontractors, etc. 7. 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: 8. 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; c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 9. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-S-C001/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02660136-W 20120126/120124234623-b41eaf237736e4babf57e2a6fa4aa59f (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.