Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOURCES SOUGHT

Y -- Raystown Gate Seal Repair, located at Heston, PA

Notice Date
3/20/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0016
 
Response Due
3/27/2012
 
Archive Date
5/26/2012
 
Point of Contact
Stefanie Schmitz, 410-962-5149
 
E-Mail Address
USACE District, Baltimore
(stefanie.w.schmitz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential construction for the Raystown Lake Gate Seal Repair located at Heston, PA with an estimated cost between $500,000 and $1,000,000.. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Construction will include repairs to the two tainter gates at the USACE Raystown Lake project. Each gate is approximately 45 feet high and 45 feet wide. Both gates (T1 and T2) are located at the crest of the dam spillway. The side and bottom seals for both gates need to be removed and replaced. Repairs to both gates will include the following: Perform a 3D Laser Scan Survey of the gate, remove existing side and bottom seal assemblies, clean and paint metal parts of assemblies and entire upstream surface of gate skin plate, design new gate seals and assemblies, and reinstall new side and bottom seal assemblies. Interested Sources shall have experience with: 1. Gate Seal Repairs: The repair and replacement of neoprene seals, and the appurtenant plates, bolts, and assemblies. 2. 3D Laser Scan Survey: Laser Scanners shall be utilized that provide point spacing of 1 - 2 mm. Control targets shall be placed on the tainter gate, and scans taken every 0.5 - 1 foot as the gate is raised through its full range of motion. The scan data shall be analyzed by the contractor, and recommendations provided for modifications to size and type of new seals, side seal plates or connectors, or skin plate to ensure proper performance of the new seals. 3. Stoplog Installation: The stoplogs are currently located in front of Tainter Gate T1, to enable work in the dry on this gate. When the survey is completed on Gate T1, the contractor shall remove the stoplogs and place them in front of Gate T2. The stoplogs are partially submerged, and will require a 30-ton truck-mounted crane with load indicators utilized and an underwater dive team to move the stoplogs. The stoplogs are estimated to weigh 6,000 lbs (weight of a single stoplog holding water). USACE will provide a work barge for dive operations. All contractor employees working at the project site must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Raystown Lake. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Small business contractors must perform 20 percent of the work including the administration of the project. Qualified Small Businesses additionally submit the following information: 1. Company name, address, phone number, point of contact. 2. Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned small business. Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award, Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. 4. Provide three (3) examples of projects similar to requirements described above within the past 8 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than 8 pages in one.pdf file or one word document. 7. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to Stefanie.W.Schmitz@usace.army.mil no later than 1:00 p.m., March 27, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0016/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02701550-W 20120322/120321000451-9ea1a4ed685f0076db479792d137d0f6 (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.