Inactive
Notice ID:W912DR19B0016
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 SPILLWAY TAINTER GATE PAINTING, BLOOMINGTON, MARYLAND. 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. A hydraulic steel structures (HSS) inspection was performed on the Jennings Randolph Tainter gates in May 2017. Findings of the inspection include areas of ponding water and mild to moderate corrosion on primary structural members. The U.S. Army Corps of Engineers, Baltimore District, has been tasked to potentially solicit for and award construction services for the Jennings Randolph Lake Spillway Tainter Gate Painting. 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). The scope of this project is to replace protective coatings on areas of all five spillway Tainter gates. The existing coating system will be replaced with System 3-A-Z as specified. The areas that will be recoated include the trunnion assembly and ends of strut arms, upper surfaces of top girders, upper surfaces of middle girders, and upper surfaces of bottom girders. Preparation of surfaces and application of paint and other specified materials on the Tainter gate trunnion assemblies and ends of struts arms for five Tainter gates. This item includes approximately 300 square feet of surface to be prepped and recoated per gate (1500 square feet total for the contract). Preparation of surfaces and application of paint and other specified materials on the Tainter gate upper surfaces of top girder web and interior surface of flanges for five Tainter gates. This item includes approximately 141 square feet of surface to be prepped and recoated per gate (705 square feet total for the contract). Preparation of surfaces and application of paint and other specified materials on the Tainter gate upper surfaces of middle girder web and interior surface of flanges for five Tainter gates. This item includes approximately 157 square feet of surface to be prepped and recoated per gate (785 square feet total for the contract). Preparation of surfaces and application of paint and other specified materials on the Tainter gate upper surfaces of bottom girder web and interior surface of flanges for five Tainter gates. This item includes approximately 156 square feet of surface to be prepped and recoated per gate (780 square feet total for the contract). 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 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 238320-Painting and Wall Covering 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 238320, with a small business size standard in dollar of $36.5M, 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 c. Preparation of outdoor surfaces and application of paint. Demonstrate experience with preparation of outdoor surfaces, incorporating known existence of low concentrations of lead and/or chromium into work practices that protect workers and prevent releases of contaminants into the environment. Comments will be shared with the Government and the project design team, but otherwise well 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 11AM EST on 28 May 2019. All responses under this Sources Sought Notice must be emailed to Leigha Arnold, Contract Specialist - leigha.m.arnold@usace.army.mil and Contracting Officer, Gary Faykes - gary.faykes@usace.army.mil referencing the source sought notice number W912DR19B0016. 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: Leigha Arnold via email - leigha.m.arnold@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 238320 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.