Clark Fork Drift Facility Maintenance/Minor Construction
This is a SOURCES SOUGHT ANNOUNCEMENT to conduct market research for developing a procurement strategy for a possible upcoming opportunity entitled "Clark Fork Drift Facility Maintenance/Minor Constru... This is a SOURCES SOUGHT ANNOUNCEMENT to conduct market research for developing a procurement strategy for a possible upcoming opportunity entitled "Clark Fork Drift Facility Maintenance/Minor Construction". This is NOT a request for proposal. Efforts expended to respond to this Sources Sought will not be reimbursed. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The anticipated North American Industry Classification System (NAICS) code is "238990" - All Other Specialty Trade Contractors with a small business size standard of $15M. INTRODUCTION Appendix A: Overview of Facility GENERAL The Drift Facility consists of four separate sections A Boom (split into upper A and lower A), B Boom, upper C Boom, and lower C boom. Each section is comprised of various components that include dolphins, shear booms, pilings and string booms. ‘A' Booms consist of dolphins (three pile structures connected together) which support floating shear booms that span the distance between dolphins. The dolphins are either wood or steel piles connected with a cable wrapping, or steel piles connected by a welded steel plate. The shear booms are either three (3) to four (4) floating logs of various lengths laid parallel to each other two (2) to three (3) feet apart, or they are a derivative of a commercially available HDPE and steel modular boom, the Elastec Brute Boom. ‘B' Boom consists of dolphins which support floating shear booms that span the distance between dolphins. The dolphins are either wood or steel piles connected with a cable wrapping. The shear booms are three (3) to four (4) floating logs of various lengths laid parallel to each other two (2) to three (3) feet apart ‘Upper C' Boom consists of dolphins which support floating shear booms that span the distance between dolphins. The dolphins are either wood or steel piles connected with a cable wrapping. The shear booms are three (3) to four (4) floating logs of various lengths laid parallel to each other two (2) to three (3) feet apart. ‘Lower C' Boom consists of single steel or wood piles which support string booms that span the distance between them. String booms are single logs connected at either end with a chain. String booms in this area are in double rows, with one row on the lake side of the pilings and a second row on the holding area side. DESCRIPTION OF WORK The work performed as part of this contract will fall into the following categories: general maintenance, shear boom repair, dolphin replacement, single pile replacement, shear boom replacement and string boom replacement. As part of this contract the contractor would conduct general maintenance on all parts of the Drift Facility. To include but not limited to: cleaning all debris and vegetation from boom surfaces (e.g., sticks, weeds, grass, moss, and other debris), removing any floating logs, trees, snags, or debris that are hung-up on, in, or under the booms and boom pilings. The contractor would also be required to repair identified existing wooden shear booms. The contractor would also be responsible for replacing existing dolphins and single piles with new dolphins or single piles. The dolphins and piles would be in accordance with the design and specification provided, new dolphins would be steel piles connected by a welded steel plate. Similar to dolphins in Lower A Boom. The contractor would be required to replace non-functional shear booms with an engineered, modular, commercially-available manufactured product, which would be the Elastec Brute Boom or equal. The contractor would also be required to replace non-functional string booms in both Upper and Lower C Boom, all wood products will be treated in accordance with this contract and Idaho Department of Environmental Quality (IDEQ) guidance. Work under this contract involves activities in and near the Clark Fork River, waters of the State of Idaho. The contractor will take all appropriate measures to prevent environmental pollution and damage that might result from repair or replacement operations under this contract. Bull trout, a threatened species, inhabit the Clark Fork River during all times of the year and use the area for foraging, migration and overwintering activities. The Clark Fork River has been designated as a critical habitat for bull trout. During periods of warmer weather the bull trout will move to Lake Pend Oreille. The general fish protection criteria are based on avoiding peak pressure greater than 206 dB or cumulative sound exposure above 187 dB. The pile driving parameters that will be employed will take this into account. Only vibratory pile-driving is allowed when driving steel pile during in-water work. The Government requires the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform dolphin and single-pile replacement and boom replacement/repairs for the Drift Facility. It is anticipated this will be a Base Year plus four Option Years, firm-fixed price Job Order Contracting (JOC) vehicle. The estimated performance period will be on/about from 01 July 2019 to 30 June 2024. SUBMITTALS Provide the following in response to this sources sought synopsis: 1. Provide your company name, Point of Contact (POC) name, telephone # and email address, address and CAGE code and/or DUNS number. 2. Provide a description of your firm and its services. Capable vendors are invited to submit electronic information that demonstrates their ability to fulfill the requirement in the form of a capability response that addresses the specific requirement identified in this notice. 3. Provide information regarding representation or certification as a Small Business (SB), 8(a), Small Disadvantaged Business (SDB), Women Owned Business (WOB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone. Send your notice of interest for this project as soon as possible, but NO LATER THAN 2:00pm (Pacific Time) on 22 March 2019. Send responses to Gregory Cook, Contract Specialist via email at: gregory.a.cook@usace.army.mil NOTE: There is no other information for this project at this time. Ask NO technical questions, as answers to technical questions are only available through amendments issued during the solicitation process. Please note that this announcement is for planning purposes only; it does not constitute a solicitation for competitive quotes and is not to be construed as a commitment by the Corps.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »