Cougar Dam Regulating Outlet (RO) Chute Resurfacing
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
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 21, 2022 09:53 am PDT
- Original Response Date: Nov 04, 2022 02:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
- NAICS Code:
- 23 - Construction
- Place of Performance: Blue River , OR 97413USA
Description
Description:
This is a Sources Sought for informational and market research purposes only. This is not a Request for Proposals, Quotations, or Bids nor a synopsis of a proposed contract action.
The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is seeking interested and capable sources for the Cougar Dam RO Concrete Chute Resurfacing Project. This project will improve fish passage facilities at the Cougar Dam, in Blue River, Oregon.
Summary of Work:
Apply an epoxy coating to the interior surfaces of the concrete regulating outlet chute, approximately 13,600 sq ft.
Chute cross section is a flat-bottom U-shape with 10ft high walls and a 20ft wide floor; total length is approx. 340 ft.
Work is to include:
- Mobilization to the site
- Access and Safety Plan for the chute and surrounding steep terrain
- Diversion of water from the outlet tunnel (upstream of chute) to the stilling basin (downstream of chute)
- Volume of water requiring diversion during construction is still to be determined, but may be upwards of 300 cfm
- Cleaning, inspection and preparation of concrete surface per SSPC SP13/NACE No. 6
- Includes containment and disposal of any cleaning by-products in accordance with local and federal regulations
- Possible concrete repairs
- Type and quantity are still to be determined
- Epoxy application
- Epoxy type / specification is still to be determined
- Final Inspection
- Demobilization
The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a small business size standard of $39.5M. The Product and Service Code (PSC) for this work is Z2KA, Repair or Alteration of Dams.
The estimated magnitude of construction is between $250,000 and $500,000.
Our intent is to issue a competitive solicitation for the award of one firm-fixed-price contract. Contract duration is estimated to be approximately 90 days from notice to proceed (NTP). The current estimated schedule anticipates contract award in Spring of 2023 and construction during the period from 1 June 2023 to 30 August 2023.
The purpose of this Sources Sought is to determine interest, capabilities, and qualifications of industry, including Small Businesses, Small Disadvantaged Businesses (including 8(a) firms), Historically Underutilized Business Zone (HUBZone) firms, Women-Owned Small Business (WOSB) concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) firms and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Responses to this Source Sought will be used by the Government to make, if appropriate, a small business set-aside determination and other key acquisition strategy decisions. The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating a company’s capability to perform the requirements.
Large businesses are also encouraged to respond so that the Government may accurately assess the availability of contractors for this project.
Responses to this Sources Sought are limited to 5 pages and should include the following information:
- A capability statement expressing your firm’s interest in this requirement and describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. Include your firm’s name, address, point of contact name, phone number, and email address.
- A statement or list of your firms current or past technical experience/past performance similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, including duration, completion date, and dollar value-do not include more than 3 projects. Include a point of a reference contact name, phone number and email address for each project.
- A statement of your firm’s bonding capacity. A statement from your surety is not required.
- A statement of your firm’s business size and type regarding the NAICS code. If your firm is represented under one of the socioeconomic subcategories noted above, please indicate so.
- Unique Entity ID (UEI) or CAGE Code from the System for Award Management (SAM) at SAM.gov (for your firm and any potential subcontractors or partners).
Submit this information to Andrea Smothers, Contract Specialist, via email to andrea.k.smothers@usace.army.mil on or before 2 PM (Pacific Time) on Friday, November 4, 2022.
Disclaimer and Important Notes: 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 qualifications 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. After a review of the responses, a solicitation may be published in SAM.gov.
For contractors to conduct business with the Department of Defense, the contractor must be registered in SAM. Registration instructions may be obtained, and online registration may be accomplished, at SAM.gov.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 333 SW FIRST AVE
- PORTLAND , OR 97204-3495
- USA
Primary Point of Contact
- Andrea Smothers
- andrea.k.smothers@usace.army.mil
Secondary Point of Contact
History
- Feb 06, 2023 01:16 pm PSTPresolicitation (Original)
- Nov 19, 2022 08:56 pm PSTSources Sought (Original)