Inactive
Notice ID:W912DR19B0006
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)...
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 JENNINGS RANOLPH LAKE GATED SPILLWAY ELECTRICAL UPGRADE, ELK GARDEN, WEST VIRGINIA. 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: Jennings Randolph Lake is located in Garrett County, Maryland, and Mineral County, West Virginia, northeast of Kitzmiller, Maryland. The primary features of the dam include an earthen embankment; earthen dike; an outlet tunnel with associated gate control tower and stilling basin; and a spillway with five tainter gates. The U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and award construction services for the Jennings Randolph Lake Gated Spillway Electrical Upgrade. The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). Scope of this project is to fully upgrade the electrical system at the spillway to restore integrity and reliability in accordance with current codes, design criteria, and standards for these critical structures per the forthcoming plans and specifications. 1. Remove/replace gallery lighting contactor, and all gallery light fixtures, including all new exposed conduit from the lighting panel (Panel LP). 2. Install new distribution center containing a 480V panelboard and 120V lighting panel for all spillway loads. This distribution center will be located on the deck above the emergency generator room at the roadway elevation. This distribution center will have a co-located double throw safety switch for normal/emergency power feeders from the existing distribution panel labeled MDP. 3. All lighting panels on the spillway machinery platforms will be removed. All platform lighting will be fed from a single lighting panel in the new distribution center, utilizing switch rated breakers in the lighting panel to control the lighting on the spillway. It is also anticipated that the existing fixtures will be upgraded to LED fixtures through a separate project prior to our work, and the new fixtures will have integral photocells for lighting control. The light fixtures will not be replaced under this project, but the circuits to all machinery platform light fixtures and flood light fixtures on the platforms on the spillway will be replaced. 4. All spillway control cabinets will be replaced with new stainless steel panels and all associated equipment internal to the cabinets. 5. The cord and plug connection between the control cabinets and the motors (normal and emergency) will be replaced with new cords and new feeders to each motor in new exposed RGS conduit. 6. The new control cabinets will have a pendant receptacle that will accept a portable pendant controller for gate control. The pendant will have stop, raise, and lower buttons. These will be momentary buttons with seal-in control i.e. press raise, the gate will raise until either the limit switch is reached or the operator presses stop as the project does not want dead man operation. There will be one pendant for each gate and one spare pendant. 7. The limit switches will be replaced. The new limit switches will have a pair of switches for upper travel, and a pair for lower travel, and at least two spare switches. 8. Heaters in existing equipment (motors and brakes) will be fed through new feeders in the new control cabinets. The new control cabinets and limit switches will be provided with internal heaters. 9. The gearbox engage/disengage issues will be addressed by adding a handle mechanism that can be pad locked in the engaged or disengaged position. 10. 120V convenience receptacles in the base of the light poles at each pier and abutments will be reused. 11. Spillway Gate motors will be Megger Tested as part of the construction contract. If needed the motors will be replaced in kind at that time. 12. Lead-based paint (LBP) abatement will be addressed as part of this work in affected areas. 13. All new electrical equipment will be seismically anchored to the spillway structure to meet current codes and design criteria. A minimum of 3 of the 5 tainter gates shall be operable at all times. The Corps dam operators can also limit which two gates are inoperable at the same time (because certain gates at the spillway are intended to be operated in tandem during a high water event). The Contractor shall ensure that primary and backup power is provided for the gates throughout the work. 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 $500,000.00 and $1,000,000.00. The North American Industry Classification System code for this procurement is 238210 - Electrical Contractors and Other Wiring Installation Contractors which has a small business size standard of $15,000,000.00. 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 238210, with a small business size standard in dollar of $15.0M, 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 a. 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 will 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 sources 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 23 January 2019 at 12:00 PM EST. All responses under this Sources Sought Notice must be emailed to Michael Getz, Contract Specialist - michael.j.getz@usace.army.mil referencing the source sought notice number W912DR19B0006. 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: Michael Getz via email - michael.j.getz@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 238210 as indicated in the advertised IFB to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.