Albeni Falls Dam - Turbine Maintenance Platform

expired opportunity(Expired)
From: Federal Government(Federal)
W912DW23R0X9Y

Basic Details

started - 19 Jul, 2023 (9 months ago)

Start Date

19 Jul, 2023 (9 months ago)
due - 10 Aug, 2023 (8 months ago)

Due Date

10 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
W912DW23R0X9Y

Identifier

W912DW23R0X9Y
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE ARMY (133113)USACE (38130)NWD (6936)US ARMY ENGINEER DISTRICT SEATTLE (1091)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The US Army Corps of Engineers Contracting Office; Seattle District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to fabricate, load test and deliver one new complete turbine maintenance platform for the Albeni Falls Dam main unit turbines. The work includes fabrication of platforms, structural aluminum welding, and load testing of a new floating turbine maintenance platform, and storage carts to store the platform when not in use. All work will occur off site at a contractor's facility and a commercial trucking company will be used to deliver the completed turbine maintenance platform to the project site. The Contractor will provide instructional demonstration on setup of the platform to Albeni Falls Dam on the Pend O’reille River. The intention is to procure these services on a competitive, fixed price contract.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT
NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCEAlbeni Falls Dam, Oldtown ID 83822DISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”PROGRAM BACKGROUNDThe Albeni Falls Dam, is a hydroelectric power project. The turbine maintenance platform (TMP) project will provide the following:The contract will include shop fabrication, welding to AWS D1.2, weld inspection, shop load testing, supervision of project (Albeni Falls Dam) staff during at-site assembly of the platforms for training purposes and preparation of detailed fabrication drawings, O&M manuals, and Final detailed & contract drawings. The contract will also include fabrication of rolling carts used to store the platform components and of all necessary rigging equipment needed to assemble and secure the platforms.All platform elements will be fabricated according to the government's detailed design per the specification requirements and the requirements of AWS D1.2 Structural Aluminum Welding. All fabrication, load testing and nondestructive examination (NDE) will occur at the Contractor's facility.Nearly all of the materials needed to fabricate the turbine maintenance platform (TMP) are thin plate aluminum. The TMP is comprised of welded aluminum pontoons which double as structural members and are pinned to standard aluminum wide flanges forming a circular structure designed to wrap around the turbine at Albeni Falls Dam. The pontoons are made of thin plate aluminum, have a complex geometry, and must be seal welded. The circular pontoon structure supports petal-like aluminum deck segments made of aluminum diamond plate also of welded construction.REQUIRED CAPABILITIESThe Contractor will be expected to demonstrate considerable expertise in welding thin aluminum plate according to AWS D1.2 standards and particularly in Gas Tungsten Arc Welding (GTAW) which is required by Contractor for the thin plate aluminum. Contractor shall also be accomplished at fabricating items with complex geometry and precise dimensional tolerances, complete aluminum fabrication in facilities appropriate for such, provide a mature Quality Control program, and provide for QA inspections by Certified Weld Inspectors.If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.ELIGIBILITYThe applicable NAICS code for this requirement is 332312, Fabricated Structural Metal Manufacturing with a Small Business Size Standard of 500. The Product Service Code is 5450. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5 pm, PST, 31 July 2023. All responses under this Sources Sought Notice must be e-mailed to Charles.D.Idle@usace.army.milThis documentation must address at a minimum the following items: Demonstration through references, project lists, or reports, that your company possesses experience completing projects that required:Fabrication of complex aluminum structures, platforms, boat docks, or watercraftStringent quality control requirements during fabrication.With respect to capabilities, responses to this Sources Sought Notice should include answers to the following questions:What experience does your company have welding aluminum to AWS D1.2 standards/requirements?What are the qualifications of your project manager? Your quality control manager? Your lead weld inspector?Does your company have experience fabricating Turbine Maintenance Platforms or other complex aluminum structures?Does your company have facilities suitable for fabricating welded aluminum structures and load testing them?Does your company have the capability to update CADD drawings using Micro-station?3.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this document for the base period as well as the option periods.4.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.6.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.The estimated period of performance consists of a base year with performance commencing around March 2024.The contract type is anticipated to be a best value trade off (BVTO) awarding a firm-fixed price (FFP) construction contract.The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Charles Idle, in either Microsoft Word or Portable Document Format (PDF), via email Charles.D.Idle@usace.army.milAll data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Location

Place Of Performance : N/A

Country : United StatesState : IdahoCity : Oldtown

You may also like

Grounds Maintenance Services, Barre Falls Dam, Barre, MA

Due: 08 May, 2024 (in 11 days)Agency: DEPT OF DEFENSE

Mud Mountain Dam Lower Cascade Creek Water Control Facility

Due: 22 May, 2024 (in 24 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 332312Fabricated Structural Metal Manufacturing
pscCode 5450Miscellaneous Prefabricated Structures