Inactive
Notice ID:W9127N19R0046
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...
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 which includes the fabrication and delivery of top plates, seat rings, packing boxes and oil sumps for The Dalles Lock and Dam project. 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 steel welding and fabrication. Specifically, interested parties are asked to demonstrate the following specific experiences: (1) Demonstrates fabrication of steel structures using steel plates up to 2" in thickness and 125" in diameter. (2) Demonstrate experience welding to AWS D1.1 Welding Code - Steel and/or ASME Boiler Pressure Vessel Code (BPVC). (3) Demonstrate ownership of, or access to, equipment that can be used to fabricate the components being required in this contract. 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 steel fabrication projects; and • At least one project that included welding to AWS D1.1, Structural Welding Code-Steel. (2) CQC System Manager: • At least five (5) years of experience acting as a CQC System Manager for steel fabrication projects; and • At least one project that included welding to AWS D1.1, Structural Welding Code-Steel. North American Industrial Classification Code (NAICS): 332710 Machine Shops; Size Standard: 500 Employees Federal Service Code (FSC): 2830, Water Turbines. 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 fabrication and delivery of top plates, seat rings, packing boxes, oil sumps and seat rings. The turbine top plate is installed in the interior head cover assembly. It mounts to the inner flange of the inner head cover with and is located directly above the turbine runner. Its primary purpose is to keep water from entering the powerhouse and help provide structural rigidity to the head cover assembly. The seat ring is installed between the inner head cover and the turbine hub and its main purpose is to seal and prevent leakage at this interface. The packing box and the oil sump are mounted to the top plate. The packing box is used to provide a water seal around the rotating shaft. The oil sump is an oil reservoir for lubrication of the turbine guide bearing. The following is the list of all items to be fabricated and delivered: 1. Six (6) Top plate assemblies including fasteners. 2. Six (6) Packing box assemblies including fasteners. 3. Six (6) Oil sump assemblies including fasteners 4. Six (6) Seat ring assemblies including fasteners All components will be provided with their respective fasteners as shown on the drawings and as detailed in the specifications. The work will require the contractor to provide the capability to perform fabrication of thick weldments, stress relieving of large components as well as machining and painting services. The largest component is the approximate 7500 pound top plate. The top plate is a 125" diameter, 2" thick plate with radial stiffeners welded to it. This weldment will require the contractor to have the ability to produce sound full penetration welds on the 2" thick plate around the inner circumference. This component is fabricated in halves and fastened and doweled at the vertical flange. The approximate 5000 pound packing box is a welded fabrication consisting of 2" thick plate requiring a near full penetration weld on the inner diameter. Radial gussets will be fillet welded to the plate. The packing box is fabricated in two halves and fastened and doweled at the vertical flange. The approximate 1000 pound sump is an oil tight sump that contains hydraulic bearing lube oil. It is a welded fabrication containing mostly fillet welds. The wall thickness of the sump is predominately ¼ inch steel plate with a ¾ in bottom section. This sump will have to be pressure tested to 10 psi for 8 hours. The approximate 400 pound seat ring is approximately ¾"thick plate, 133" in diameter and 4" in width. The contractor's machine shop must have equipment large enough to accommodate the 125 inch diameter of the sump plate. All of the above components which have been described in very general terms shall be thermally stress relieved after fabrication and prior to final machining. Other machining requirements include finish machining tolerances of 0.010" and surface finishes of up to 16 microns on mating faces. In addition the metal fabrication requirements mentioned above, the contract will require that the new parts be coated with a vinyl-zinc paint system. Contract requires that all parts be packaged in wooden crates for long term storage. All exposed ferrous metal surfaces shall be coated with a thin layer of oil or other approved coating and covered with a plastic sheet for corrosion protection. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N19R0046, The Dalles Top Plate Cover and Packing. Please send to Justin Hayes, Contract Specialist, at justin.s.hayes@usace.army.mil by 1:00pm Pacific Daylight Saving Time 3 May 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. 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.