Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

40 -- Mississippi River Basin, Dubuque, IA, LD 11 Dam Tainter Gate Dam Chains

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-17-X-CHNS
 
Point of Contact
Troy A. Robbins, Phone: 3097945259
 
E-Mail Address
troy.a.robbins@usace.army.mil
(troy.a.robbins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers, Rock Island District, is conducting market research to identify potential contractors that have the capability to provide fabrication services associated with Tainter Gate Dam Chains for Lock and Dam 11 on the Mississippi River. The objective of the project will be to fabricate and deliver replacement chains of comparable size, material and number as existing hoisting chains. The proposed contract will be a Firm Fixed Price Contract. Responses to this Sources Sought announcement will be used by the Government in support of making an appropriate acquisition strategy decision. Minimum Technically Acceptable Contractor Expertise Criteria: Contractor will be required to have expertise with providing fabrication services associated with Tainter Gate Chains. The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to this project. Two projects maximum will be accepted for review. 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. The contract is expected to be solicited and awarded in the Spring-Summer 2017 timeframe. A Pre-Solicitation Notice will be published prior to issuance of any solicitation. Review of submittals and procurement of materials will be accomplished in fall 2017, and items will be completely fabricated and delivered to the site within a 240-300 day timeframe. If a large firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding. North American Industrial Classification Code (NAICS): 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures. Small Business Size standard: 750 employees Federal Supply Code: 4010 Point of Contact: Troy Robbins, at troy.a.robbins@usace.army.mil Project Description: The U.S. Army Corps of Engineers, Rock Island District, has a requirement to fabricate and deliver Tainter Gate Dam Chains for Lock and Dam 11 on the Mississippi River. The scope of work includes, but is not limited to, the following items: 1. Fabricate four 75 foot lengths of calibrated hoisting chain for each of 13 tainter gate hoists, for a total of 3900 feet of chain. Chain shall be 34 mm x 126 mm Grade 2 alloy steel round link type manufactured to DIN 22252. The links shall be machine welded, and the welds ground to be in accordance with the dimensions shown. After welding, the chain shall be heat treated to yield a case hardness of 340 Bhn. The chain shall be machine fitted to the tolerances set forth in the DIN Standard. After heat treating, each link of chain shall be proof tested to 242,800 pounds. After proof testing, the chain shall be visually and non-destructively inspected for permanent deformation, cracks, and deformed links. After proof testing and visual inspection, the chain shall be immersion coated with a corrosion resisting coating of TECTIL 846-10, or equal. A sample of finished chain shall be tensile tested to destruction to determine its breaking strength. The breaking strength shall not be less than 326,000 pounds. 2. Each length of hoisting chain shall be provided with accessory parts to connect the chain to the tainter gate. Accessory parts include, but may not be limited to: turnbuckle assemblies, end link bars, collars, pins, spacers, and other miscellaneous items. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W912EK-17-X-CHNS, Mississippi River Basin, Dubuque, IA, LD 11 Dam Tainter Gate Dam Chains. Please send to Contract Specialist, Troy Robbins, at troy.a.robbins@usace.army.mil no later than 12:00 pm Central Time, 25 January 2017. 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. Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: • Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number • Offeror's joint venture information, if applicable, existing and potential. • Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. • Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 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/DACA25/W912EK-17-X-CHNS/listing.html)
 
Record
SN04368904-W 20170113/170111234212-39c4c974ef168e2c80343a136e1aab53 (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.