Oregon Bids > Bid Detail

McNary Trash Rack Fabrication - 1 Set

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159537114229115
Posted Date: Jul 31, 2023
Due Date: Aug 7, 2023
Solicitation No: W912EF23RSS36
Source: https://sam.gov/opp/9dc204fdd7...
Follow
McNary Trash Rack Fabrication - 1 Set
Active
Contract Opportunity
Notice ID
W912EF23RSS36
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 31, 2023 11:32 am PDT
  • Original Response Date: Aug 07, 2023 10:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332313 - Plate Work Manufacturing
  • Place of Performance:
    Umatilla , OR 97882
    USA
Description

This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB),8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 332312, Fabricated Structural Metal Manufacturing; small business size standard is 750. The Product Service Code (PSC) is 5450. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Responses to this SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement.



PROJECT INFORMATION: McNary Trash Rack Fabrication - 1 Set



Summary of Work:



The US Army Corps of Engineers, Walla Walla District is seeking sources for McNary Trash Rack Fabrication. This project involves fabricating, painting and delivering one (1) new set of trashracks for one (1) main power generation unit located at McNary

Lock & Dam. Each set of trashracks is comprised of seven (7) intermediate trashracks and one (1) bottom trashrack. The location of work is McNary Lock and Dam, Umatilla, Oregon. The work consists of the following major elements: This project involves the fabrication, painting and delivering of one (1) set of trash racks for one power generating McNary Trash Rack Fabrication. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.



Bidder Requirements:



1. The fabricating plant and fabricator is required to be certified under the AISC (American Institute of Steel Construction) Quality Certification Program with one of the following certifications:



a. ABR: Certified Bridge Fabricator – Advance

b. IBR: Certified Bridge Fabricator – Intermediate

c. HYD: Certified Metal Hydraulic Fabricator

d. BU: Certified Building Fabricator



The contractor must be certified prior to award of this contract and must remain certified for the duration of this contract. The contractor will be required to submit copies of the AISC certificate(s) indicating that the fabrication plant meets the specified structural steelwork category.



1.1 In addition, the fabricator is required to have completed two projects of similar scope in the past ten years. Submit documentation for experience indicating that the fabrication plant has completed projects of similar scope as identified below.



Projects of similar scope consists of having fabricated structures with the following minimum requirements:



a. Weight of 9-Tons or greater.

b. Member thicknesses of 1/2-inch or greater.

c. Length, width, or height of structure of at least 20-ft.

d. Minimum tolerances of +/- 1/16-inch out of parallel over mat least 20-ft.

e. Adequate crane capacity capable of picking and maneuvering the structures within fabrication building. Maneuvering the individual component includes any rotating about any axis of the structure that may be required for fabrication and weld distortion control.



2. The painting contractor must be certified by Association for Materials Protection and Performance (AAMP) with an SSPC QP 3 certification and/or American Institute of Steel Construction (AISC) with a Complex Coating Endorsement (CCE-1, CCE-2, CCE-3) for all surface preparation and coating application. Submit a copy of the applicable certificates/endorsements. The contractor must be certified/endorsed prior to award of this contract and must remain certified/endorsed for the duration of this contract.



2.1 In addition, the painting contractor is required to have completed two projects of similar scope in the past ten years. Submit documentation for experience indicating that the painting contractor has completed projects of similar scope as identified below.



Projects of similar scope consists of having painted steel structures with the following minimum requirements:



a. Application of USACE vinyl paint System No. 5-E-Z

b. Surface preparation of SSPC SP 5.



Anticipated Dates



Award: November 2023

Fabrication Starting: December 2023.

Completion: 365 days after award.



The project will involve the development and management of Contractor furnished submittals for items such as pre-fabrication plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.



Miscellaneous work within the project includes the delivery of Record Drawings.



REQUIREMENTS:



Interested firms should submit a capabilities package, limited to five pages, to include the following:




  1. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business).

  2. Firm's interest in quoting on the solicitation if issued.

  3. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business).

  4. CAGE code and UEI number.

  5. Firm's Joint Venture Information, if applicable.



Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence.



All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above.



Prior Government contract work is not required for submitting a response under this sources sought announcement.



The official Synopsis citing a solicitation number will be issued on SAM.Gov inviting firms to register electronically to receive a copy of a solicitation should one be issued.



SUBMIT TO: Responses to the Sources Sought Announcement should be received as soon as possible but no Later than 10:00 am (Pacific Time) on 15 August 2023. The responses should be forwarded to the attention of Victoria Conway, Contract Specialist, by email: Victoria.l.conway@usace.army.mil.



All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.










Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 31, 2023 11:32 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >