Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOURCES SOUGHT

Z -- The Dalles East Fish ladder Auxiliary Water Supply Emergency Backup System

Notice Date
3/3/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-15-R-0026
 
Response Due
3/19/2015
 
Archive Date
5/2/2015
 
Point of Contact
Michael I. Grasso, 503-808-4637
 
E-Mail Address
USACE District, Portland
(michael.i.grasso@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: W9127N-15-R-0026 The Dalles East Fish ladder Auxiliary Water Supply Emergency Backup System 1. General. This is a SOURCES SOUGHT Notice and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for The Dalles East Fish ladder Auxiliary Water Supply Emergency Backup System. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The official Synopsis citing this solicitation number will be issued on Federal Business Opportunities, www.fbo.gov, in the Jul-Aug 2015 timeframe. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses including 8(a) firms, Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small business (SDVOSB). All categories are highly encouraged to respond. 3. Project Description. The U. S. Army Corps of Engineers (USACE), Portland District, seeks a contractor to construct, per provided plans and specification, an emergency backup supply of water to the auxiliary water system (AWS) that feeds the existing fish ladder at the Dalles Dam. A single 10-foot-diameter (inner diameter) conduit will convey the design discharge water by routing flow through a concrete monolith, into a new concrete value vault, buried under the downstream parking lot, and discharging into the existing auxiliary water supply chamber through 2- 7 foot diameter holes through the concrete ladder walls. In order to accommodate a 10' bore through the existing dam a precast concrete structure will be place in the pool with a steel cofferdam system. Upstream work will require extended diving operations in depths of approximant 70 feet. The emergency backup system consists with the following major features: Upstream underwater concrete foundation for precast units. Precast pier segments with guide slots for closure gate, dewatering bulkheads, and trash-racks. Segments are expected to weigh approximately 320,000 lbs. each Attachment of the precast piers to the dam face and grouting of the joints. Dive work requirements (Depths of approximant 70 feet). Fabricated Hydraulic Steel Structures (HSS) (closure gate and dewatering bulkheads) Fabricated steel trash-racks. Modification of Monolith 5 deck guardrail. A 10-foot and two 7-foot diameter steel penstocks. The penetration bore hole through Monolith 5. The inlet is to be a bell-mouthed circular conduit inlet normal to the dam face Several concrete thrust blocks for 10-foot-diameter and 7.5-foot-diameter supply conduits. Pipe supports for the 7-foot diameter penstocks spanning the junction pool. Concrete valve rooms with personnel access and work access platforms. Removal and replacement of AWS concrete deck for pipe installation. A 10-foot-diameter butterfly valve and two 7-foot-diameter butterfly valves. Two 10-foot orifice plates for energy dissipation. Two 7-foot orifice plates for energy dissipation. Pipeline venting. Drain pipe system including isolation valves and check valves. Three 20 ton Steel lifting beams. Electrical lights, receptacles, disconnect switches, and remote control stations for the valves and the valve rooms. Replacement or relocation of water, sanitary sewer, and storm sewer mains and other components. Repave asphalt parking lot and drives within the construction area. 4. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor shall demonstrate through references, project lists, or reports, the following minimum technically acceptable criteria for expertise: a. At least one (1) senior licensed engineer with a minimum of ten (10) years of similarly related heavy construction experience in managing the construction on a federally owned facility that involves definable work features such as: precast concrete construction, dive activities in water depths of greater than 50 feet, large concrete boring or tunneling work, underwater concrete and grout placement, ability to manage multiple subcontractors on critical path with knowledge of (large steel fabrication to AWS D1.1 welding code, large steel pipe fabrication to pressure vessel code ASME BPVC SEC II and specialized mechanical operating equipment), rock excavation, safe work environment and Corps safety requirements in EM 385-1-1, Work in water during limited windows when fish are not present and working on operating projects where access must be maintained at all times in tight coordination. b. Minimum of five (5) years documented company experience in: precast concrete construction, dive activities in water depths of greater than 50 feet, large concrete boring or tunneling work, underwater concrete and grout placement, ability to manage multiple subcontractors on critical path with knowledge of (large steel fabrication to AWS D1.1 welding code, large steel pipe fabrication to pressure vessel code ASME BPVC SEC II and specialized mechanical operating equipment), rock excavation, safe work environment and Corps safety requirements in EM 385-1-1, work in water during limited windows when fish are not present and working on operating projects where access must be maintained at all time in tight coordination. c. Minimum of five (5) years of documented successful company past performance experience* in ensuring quality control, scheduling and safe execution of three (3) or more similar size and complexity projects. *Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 237990 The size standard number of employees: $36.5M Federal Service Code: Z2KA Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. 5. Information Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-15-R-0026 The Dalles East Fish ladder Auxiliary Water Supply Backup System. Please send to Michael I. Grasso, Contract Specialist, at Michael.I.Grasso@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Thursday, March 19, 2015. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm's response to this Sources Sought shall be 5-10 pages and shall include the following information: a.Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number. b.Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small business (SDVOSB). c.Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description above. Include resume(s) to demonstrate personnel meet/exceed the criteria in paragraph 4a. d.Provide a minimum of three and up to five examples of projects similar in size, scope and complexity performed with a brief description of each project, customer name and contact information, timeliness of performance, customer satisfaction and the dollar value. The Government will verify information in CPARS or PPIRS. 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-15-R-0026/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN03657529-W 20150305/150303235214-be5a6447cae130c625e2eac98b04358c (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.