Oregon Bids > Bid Detail

TDA Oil Accountability Measures

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159971963348530
Posted Date: Feb 7, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/9f370062c8...
Follow
TDA Oil Accountability Measures
Active
Contract Opportunity
Notice ID
W9127N24R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST PORTLAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 07, 2024 02:03 pm PST
  • Original Published Date: Aug 25, 2023 01:58 pm PDT
  • Updated Response Date: Feb 21, 2024 03:00 pm PST
  • Original Response Date: Sep 08, 2023 03:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 07, 2024
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    The Dalles , OR 97058
    USA
Description

1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.





This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.





Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.





The North American Industrial Classification Code (NAICS) for this requirement is: 237990



The related size standard is: $45 Million.





Formal Sources Sought Response Due – Wednesday, 21 February 2024 at 3:00 pm PDT.





2. Project Background. The Dalles Dam is located in The Dalles, Oregon. The Dalles Dam (TDA) is a concrete gravity run-of-the-river dam spanning the Columbia River, two miles east of the city of The Dalles, Oregon, United States. It joins Wasco County Oregon, with Klickitat County Washington, 300 miles upriver from the mouth of the Columbia River near Astoria, Oregon. The project is designed to improve the monitoring of the amount of oil that could be released into the Columbia River. Its main objective is to minimize the oil release.





3. Project Scope. There are approximately 400,000 gallons of oil at the TDA powerhouse. Oil monitoring measures currently consist primarily of visual observations of sight glasses, observations of oil leaks on and around equipment, and purchase and disposal records of lubricants. The Federal Government agreed to develop and apply an Oil Accountability Plan (OAP) pursuant to the August 2014 settlement agreement with Columbia Riverkeepers. The OAP is intended to account for oils and greases used, including the oils and greases used in turbines, wicket gate bearings, and fish-way equipment. This project would improve the ability to consistently and reliably account and monitor leakage of oils through automated systems and greatly increase the timeliness of level monitoring. It would also assist in fulfilling the requirements of the Portland Districts Standing Environmental Policy 200-1, Oil Accountability while significantly reducing the O&M costs to do so. The purpose of this project is to improve accuracy and increase automation of instrumentation to account for oil in oil-filled equipment, bulk storage containers, and high risk equipment. It is also to aid in the identification of oil leaks as early as possible and fully account for potential leaks.





a. Project objectives: See the draft specifications for project objectives. The specifications are not finalized and may significantly change prior to solicitation.







b. Anticipated Construction Schedule: CENWP intends to advertise in May of 2024 and award in August 2024. Construction Contract with estimated construction completion by the end of May 2025.





c. Estimated Construction Cost (ECC): The current ECC is between $1,000,000 and $5,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.





d. Number and Type of Contracts: NWP contemplates awarding one firm fixed-price construction contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.





e. Anticipated Source Selection Process: The expected acquisition method to provide the best value to the government is Best Value.





4. Project Specific Constraints and Challenges: This is a pilot program. The specifications and management controls will incorporate contingencies to minimize risk. This project will also require the purchase of information technology components through the Army’s Computer Hardware Enterprise Software and Solutions (CHESS) IT E-Mart.





5. Questions for Industry:





a. Is there anything in our specifications that would discourage you from bidding?



b. Is there anything in our specifications that would cause pricing uncertainty?



c. Are there any market conditions or industry practices that you feel the government needs to be aware of?





6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N24R0002 TDA Oil Accountability. Please email Andrea Smothers, at andrea.k.smothers@usace.army.mil, before 3:00 pm Pacific Standard time on 21 February 2024.





Interested parties’ responses to this Sources Sought shall be limited to six (6) pages.





Required Information:





a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.





b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).





c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.





d. Firm's Bonding Capability.





e. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)





f. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.





Optional Information: Interested firms are also invited to submit the following information to assist the government in making informed business decisions





a. A description of work performed under similar project constraints and challenges listed under paragraph 3.





b. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):





To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:





Project Title





Contract Number





Contract award date





Customer name, phone number and email address





Prime or Subcontractor





Initial contract dollar value





Final contract dollar value





Initial contract completion date





Final contract completion date





Customer satisfaction







The Government may verify information in CPARS or PPIRS.





c. Firm's Joint Venture information if applicable - existing and potential.





7. Disclaimer and Important Notes.





a. 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 capabilities 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.





b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >