Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127N19R0020
*****THIS SOURCES SOUGHT IS NOT CANCELLED. THE GOVERNMENT IS STILL SEEKING CAPABILITIES STATEMENTS FROM INTERESTED PARTIES.***** Synopsis: 1. General. This is a SOURCES SOUGHT and is for informational...
*****THIS SOURCES SOUGHT IS NOT CANCELLED. THE GOVERNMENT IS STILL SEEKING CAPABILITIES STATEMENTS FROM INTERESTED PARTIES.***** Synopsis: 1. General. This is a SOURCES SOUGHT and is for informational/market research purpose only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, 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 for the supply of two (2) complete turbine maintenance platforms each with two complete sets of decking, one (1) new draft tube door access platform, and all necessary rigging equipment needed to assemble and secure the platforms for in situ access to the turbine runners at The Dalles Dam. 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. This Source Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The contractor must demonstrate through experience performing structural aluminum welding and fabrication. Specifically, interested parties are asked to demonstrate the following specific experiences: (1) Performing structural aluminum welding and fabrication in compliance with the standards of AWS D1.2, Structural Welding Code - Aluminum; (2) Performing structural aluminum welding with tolerances no greater than 1/16" for members 30 feet or less in length; and (3) Fabricating custom aluminum structures that are greater than 18 feet in diameter. In addition to the above, interested parties are asked to provide experience of the following labor classifications on their team: (1) Project Superintendent/Manager: • At least five (5) years of experience acting as a Project Superintendent/Manager for aluminum fabrication projects; and • At least one project that included welding to AWS D1.2, Structural Welding Code - Aluminum standard. (2) CQC System Manager: • At least five (5) years of experience acting as a CQC System Manager for aluminum fabrication projects; and • At least one project that included welding to AWS D1.2, Structural Welding Code - Aluminum standard. (3) Lead Certified Welding Inspector: • At least five (5) years of experience inspecting aluminum weldments per AWS D1.2, Structural Welding Code - Aluminum; and • Either be a Senior Certified Welding Inspector (SCWI) or a Certified Welding Inspector (CWI) with an AWS D1.2 endorsement. (4) Welder: • Professional Aluminum Welding Certificate to AWS D1.2. • One completed welder performance qualification test record equivalent to sample forms for welder qualification found in AWS D1.2, Annex E and the supporting Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) which the welder used to perform welding test. North American Industrial Classification Code (NAICS): 332312, Fabricated Structural Metal Manufacturing; Size Standard: 500 Employees Federal Service Code (FSC): 5450 - Miscellaneous Prefabricated Structures Point of Contact for small business questions or assistance in the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil. 4. Project Description. The U.S. Army Corp of Engineers, Portland District, requires the supply of two (2) complete sets of access platforms needed for in situ access to the turbine runners at The Dalles Dam, Oregon. https://en.wikipedia.org/wiki/The_Dalles_Dam. The U.S. Army Corp of Engineers, Portland District, requires the supply of two (2) complete turbine maintenance platforms each with two complete sets of decking, one (1) new draft tube door access platform, and all necessary rigging equipment needed to assemble and secure the platforms for in situ access to the turbine runners at The Dalles Dam, Oregon. The turbine maintenance platform (TMP) will be made of structural aluminum and will weigh approximately 3,600 lbs in the larger units and be 25 feet in diameter. The TMP consists of six (6) truss members connected by structural aluminum rectangular tubes using pinned assembly connections to form the main structural sub-assembly. Twenty-four aluminum decking panels rest on the TMP sub-assembly forming the working surface. Each platform can be assembled in two types of turbine units having different overall diameters. In order to accomplish this, two sets of decking and outer beams are required for each TMP. The draft tube door access platform (DTP) will be made of structural aluminum with some steel components, will weigh approximately 500 lbs., and be 4 feet wide by 7 feet long. The DTP consists of an aluminum platform with guardrails attached to the draft tube door with an access ladder up to the TMP above. The contract will also include fabrication of 2 rolling carts used to store the DTP components. All platform elements will be fabricated according to the government's detailed design per the specification requirements and the requirements of AWS D1.2 Structural Aluminum Welding. The contract drawing package consists of 32 drawings detailing the required platforms. Fabricators must demonstrate experience and certifications needed to perform complicated fabrications and weld aluminum according to AWS D1.2 Structural Aluminum Welding. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N19R0020, The Dalles Turbine Maintenance Platforms. Please send to Robbie Newland, Contract Specialist, at robbie.newland@usace.army.mil by 2:00pm Pacific Daylight Saving Time 08 April 2019. A firm's response to this Sources Sought shall be limited to 5 pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 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. d. Provide a minimum of one project similar in size, scope and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may 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.