SOURCES SOUGHT
99 -- Request for Information-- Blast Door Actuator Repair
- Notice Date
- 6/18/2025 12:35:54 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25I0618
- Response Due
- 6/23/2025 1:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- Jennifer Hoben, David Ammermann
- E-Mail Address
-
Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil
(Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil)
- Description
- **RFI Amended on 18 June 2025 to extend the RFI through 23 June 2025.** THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS NOTICE, OR TO CONTRACT FOR SERVICES. DESCRIPTION: PURPOSE: The USACE Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) is conducting this Request for Information (RFI) as market research to determine competencies and capabilities to design and install new actuator systems to fully open and close the two sets of blast doors at Building 5043, ERDC, Vicksburg, MS. BACKGROUND: ERDC-GSL is seeking a company to design and install a new actuator system to fully open and close the two sets of blast doors at Building 5043, ERDC, Vicksburg, MS. The company should be able to provide all labor, material, and equipment to perform this task. This effort shall include the removal of the current failed actuator systems for Door Set A and Door Set B. Additionally, all wear-out items such as bearings, rollers and cams shall be serviced or replaced to fully operable condition. Controls for the new actuator system shall allow for the operator to stop the opening, or closing, at any time during movement of the doors. Controls shall contain safety provisions to �lock out� door actuation. Door sets consist of a Large Set and a Small Set of door leafs. Door Sets are constructed of metal plates and structural steel. Both sets are mounted in a vertical plane supported by wheels running in a metal track. Both door sets are supported at the top with large rollers and cams in a containment track. Opening and closing is being accomplished by an electrically driven drive box and chains mounted above each door set. The current system is plagued by failure of the current actuator systems. Currently the opener for the Large Set is non-operational due to failure of key components. The opener for the Small Set is operational at this time. The intent of this RFI is to gather data to verify the competencies and capability of contractors in the marketplace to perform the design and installation services for installing new actuator systems. Prospective vendors must be licensed in the state and designs must be P.E. approved. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for a solution. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. All interested contractors (both large and small) are requested to provide written responses to the questions below. A response to this RFI is necessary in order to assist ERDC in determining the potential levels of interest, adequate competition, market availability and technical capabilities within the Large and Small Business Community to provide the required service. 1. Does your company have the capability to perform electric actuator design for structural steel blast doors? 2. Does your company have a licensed P.E. for approving of all designs for the repair of the electrical actuator system? 3. Does your company have the capability to perform as the prime contractor for the entirety of the requirement withoutt subcontracting out any of the work? If not, which types of work does your company subcontract out? 4. Does your company have management and scheduling processes in place to ensure completion and control of a project from the beginning to the end? 5. Does your company have IPC and/or OSHA certifications? What other certifications does your company maintain? Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Eligibility: Responses are encouraged from both large and small businesses. In addition to Small Businesses, responses are encouraged from qualified and capable 8(a), Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, and Teaming Partners. Please identify your company�s category and list the contract vehicle(s) your solution may be acquired through your response. RESPONSE GUIDELINES: Responses should include: Company name, Address, Point of Contact, business title, Telephone number, Email address, Company Cage Code, Primary NAICS, Business Size, i.e., Large, Small (if small, state your category). Current Registration in SAM, Webpage address. DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on competencies and capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked �Proprietary� will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Please provide the above information no later than 3:00 PM Central Standard Time (CST) on 23 June 2025. Responses should be emailed to Jennifer Hoben at Jennifer.Hoben@usace.army.mil AND David Ammermann at David.G.Ammermann@usace.army.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to SAM.gov. The Government does not guarantee that questions received after 13 June 2025, at 3:00 PM CST will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ebfd90a38e4e40b69ad1f9948d91e9e9/view)
- Place of Performance
- Address: Vicksburg, MS, USA
- Country: USA
- Country: USA
- Record
- SN07483401-F 20250620/250618230340 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |