SOURCES SOUGHT
99 -- Albeni Falls Dam Intake Gate Fabrication, Assembly, and Installation
- Notice Date
- 6/12/2025 11:28:10 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW26RA001
- Response Due
- 7/11/2025 12:00:00 PM
- Archive Date
- 07/26/2025
- Point of Contact
- Londres Medranda, Camilla Allen
- E-Mail Address
-
londres.medranda@usace.army.mil, camilla.allen@usace.army.mil
(londres.medranda@usace.army.mil, camilla.allen@usace.army.mil)
- Description
- This Sources Sought announcement is a tool to identify businesses with the capability to accomplish the prospective construction project 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. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow up information. 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 Government. The purpose of this Sources Sought announcement is to gain knowledge of potentially qualified businesses to include Other Than Small Business (Large), Small Business, 8(a) Program, Woman Owned Small Business, Economically Disadvantaged Women Owned Small Business (EDWOSB), Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990 with a Small Business Size Standard of $45 Million. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. PROJECT DETAILS: US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for the following construction project: Albeni Falls Dam Intake Gate Fabrication, Assembly, and Installation, Oldtown, ID. The scope of this project is to manufacture, assemble, deliver, and install a new intake gate at Albeni Falls Dam. The main gate features and scope of work are listed below. Complete all contractual preconstruction submittals, including development of shop drawings, performing a point cloud survey on the two existing slots, and a laser tracker survey on the existing gate control dimensions. Intake gate fabrication, including One set of intake gates is comprised of three assembled intake gates. One assembled intake gate is comprised of four sections (i.e., top, upper middle, lower middle, and bottom). One assembled intake gate is anticipated to weigh approximately 90,000 pounds. The heaviest of the 4 sections is the top and is anticipated to weigh approximately 20,000 pounds (prior to installation of the roller chain). Shop control dimension verification testing of completely assembled gates prior to shipping Mobilization and demobilization Upstream intake slot survey Fabrication and delivery of an intake gate stand New gate assembly and installation Intake gate commissioning Operator training As-builts drawings Operations and maintenance manual. All fabricators performing fracture critical work must be certified under the AISC quality certification program for Major Steel Bridges. According to AISC certification requirements, fabricators must be certified either: IBR, Certified Bridge Fabricator � Intermediate; ABR, Certified Bridge Fabricator � Advanced; or HYD, Fabricators of Hydraulic Steel Structures, as per AWS D1.5 Clause 12. Proposed construction project will result in a firm fixed price (FFP) award. Construction magnitude is estimated to be between $10,000,000 and $25,000,000. Payment and performance bonds in the full dollar amount of contract award will be required. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45,000,000 in average annual receipts. Point of Contact: Contract Specialist Londres Medranda at londres.medranda@usace.army.mil Part I, Business Information: Please provide the following business information for your firm and/or for any teaming or joint venture partners in your response to this Sources Sought. 1. Firm Information. Firm Name Commercial and Government Entity Code (CAGE) or Unique Entity Identifier (UEI) Phone Number Email Address Firm�s Point of Contact Name Title Telephone Number Email Address 2. Firm�s Business Size Standard. Identify your firm's business size standard based on the primary NAICS code of 237990 to include all socioeconomic categories (e.g., large business, small business (including, 8(a) Business Development Program, Small Disadvantage Business, Service-Disabled Veteran-Owned, Women-Owned, and Historically Underutilized Business Zone Small Business concerns, etc.). For more information, refer to http://www.sba.gov/. 3. Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting: __Large Business (LB)____% __Small Business (SB)____% __Small Disadvantaged Business (SDB)____% __Woman-Owned SB (WOSB)____% __Veteran-Owned SB (VOSB)____% __Service-Disabled VOSB (SDVOSB)____% __Historically Underutilized Business Zone (HUBZone)____% Part II, Capability Questions: 1. Briefly describe the capabilities of your firm and nature of the services you provide including experience with hydraulic steel structures manufacturing, assembly, installation, and commissioning. 2. Describe your firm's experience on previous projects for construction similar in size, scope, and complexity to this effort (within the last 10 years). Project information submitted shall contain: - Project Name/Title - Contract Number - Contract awarded amount - Project location - Project start date - Project completion date - Completed project�s scope and complexity - CPARs or performance rating. - Explanation as to how the work performed on the example project relates to the scope for the AFD Intake Gate Project 3.Bonding Limits Information. Single Bond ($) Aggregate Bond ($) Can your firm bond for the total anticipated award amount of between $10,000,000 and $25,000,000 over an estimated two year period? If not, what alternative payment and performance bond approach would your firm propose to meet a fully obligated contract? 4. Provide other input/feedback/consideration from industry on procurement planning and construction execution. 5. Are there any market conditions or industry practices that you feel the Government needs to be aware of? 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 to this announcement. Submit responses to: Londres Medranda, Contract Specialist via email at londres.medranda@usace.army.mil. Responses should be sent as soon as possible, but no later than 12:00 PM PDT, 11 July 2025. All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract. Small Business Program Inquiries: Enshane Hill-Nomoto: Enshane.Nomoto@usace.army.mil https://www.nws.usace.army.mil/Business-With-Us/Small-Business/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/52e037f64356407d84ae9f53b113156e/view)
- Place of Performance
- Address: Oldtown, ID, USA
- Country: USA
- Country: USA
- Record
- SN07476456-F 20250614/250612230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |