Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

Y -- Raystown Lake Tainter Gate Rehabilitation Project

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR-19-R-0009
 
Point of Contact
Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
tamara.c.bonomolo@usace.army.mil
(tamara.c.bonomolo@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. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of RAYSTOWN LAKE TAINTER GATES REHABILITATION PROJECT, HUNTINGDON, PENNSYLVANIA. By way of this Market Survey/Sources Sought Notice, the USACE - Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. Responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Raystown Lake Tainter Gates Rehabilitation Project. The proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR 15, Contacting by Negotiations, under a Best Value Trade-off Process. The primary purpose of this project is to fully rehabilitate the two spillway tainter gates at Raystown Dam to improve safety, functionality, and reliability of the system to ensure it continues for the next lifecycle of the equipment. The scope of this project is to repair or replace the structural, mechanical, and electrical components in the tainter gate system. Additional scope items include repairs to the warm water intake system, stoplogs, and project electrical systems, as well as the construction of a new building for storing crane matting and bulkheads. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate. In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $5,000,000 and $10,000,000. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bona-fide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought notice. Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, email address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 237990, with a small business size standard in dollar of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small-Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, please explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Provide two (2) examples of projects similar to requirements described above within the past 10 years. Include point of contact information for the 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. 7. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: a. Successful experience with the Government submittal process. b. Extensive P6 scheduling capabilities c. Successful experience with construction on and around bridges over water. d. Structural Rehabilitation. 1) Demonstrate experience with design, repair, replacement, erection, and fabrication of steel frame parts and structures. This experience should include but is not limited to steel surfaces, structures, and other large weldments to include strengthening, painting, and welding of steel members. 2) Demonstrate successful experience utilizing crawler cranes of up to 50 tons and crane matting. 3) Demonstrate successful experience performing work below water surfaces of up to 150 feet in confined spaces. 4) Design, repair, and replacement of steel safety (i.e. handrails and guardrails) and fall protection equipment in accordance with OSHA standards. 5) Demonstrate knowledge, understanding, and application of compliance with design codes to include but not limited to AWS D1 standards, ASCE 7-16 Minimum Design Loads and Associated Criteria for Buildings and Other Structures, 2018 International Building Code, AISC 15th Edition Steel Construction Manual and any of the following AISC Certifications: CBR, IBR, ABR, or HYD. e. Mechanical Rehabilitation. Demonstrate experience with repair and replacement of hoist machinery, electromechanical equipment, and load limiting devices. f. Electrical Rehabilitation. Demonstrate experience with installation, repair and/or replacement of electrical control systems. Comments will be shared with the Government and the project design team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 21 November 2018. All responses under this Sources Sought Notice must be emailed to Tamara Bonomolo, Contract Specialist - tamara.c.bonomolo@usace.army.mil referencing the source sought notice number W912DR-19-R-0009. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Tamara Bonomolo via email - tamara.c.bonomolo@usace.army.mil. ** Please note vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must all be registered in SAM under the applicable NAICS code 237990 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-19-R-0009/listing.html)
 
Place of Performance
Address: Raystown Lake, Huntingdon, Pennsylvania, United States
 
Record
SN05146229-W 20181109/181107230738-ef7cbaec5ca84b73243330dc88bf6bd8 (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.