OOLOGAH STOP-LOG
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: Presolicitation (Original)
- Original Published Date: Aug 15, 2022 06:13 pm EDT
- Original Response Date: Sep 23, 2022 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5420 - BRIDGES, FIXED AND FLOATING
- NAICS Code:
- 332312 - Fabricated Structural Metal Manufacturing
- Place of Performance: Oologah , OK 74053USA
Description
This is a PRE-SOLICITATION notice for the Supply of Stop-Logs at OOLOGAH, LAKE, OK. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.
U.S. Army Corps of Engineers, Southwestern Division (SWD), Tulsa District (SWT) intends to issue a solicitation, W912BV22Q0082 to procure three (3) stop-logs (a hydraulic steel structure which could also be called a portable bulkhead or portable water retention gate) and at least one (1) lifting beam as a supply contract.
The solicitation will be a small business set-aside supply procurement. The North American Industrial Classification System (NAICS) Code is 332312 (Fabricated Structural Metal Manufacturing) and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is 500 Employees. The fabricating plant and fabricator shall be certified under the AISC (American Institute of Steel Construction) Quality Certification Program, and shall be designated as an AISC Certified Plant, Category IBR (Intermediate Steel Bridge), or Category ABR (Advanced Steel Bridge) or Category HYD (Hydraulic Steel Structure). In addition to meeting one or more of the AISC Quality Certification Programs, the fabricator shall hold a Fracture Critical Endorsement (FC). All qualifications shall be current at time of offer and shall remain current throughout the duration of the contract. All welding and inspection of welds shall be done in accordance with AWS D1.5. Welders, tackers, and operators shall be qualified in accordance with AWS D1.5.
The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The anticipated award date is on or about 11 October 2022.
The solicitation will be issued via Internet only on System for Award Management (SAM) thru PIEE https://cac.piee.eb.mil/. It is the contractors’ responsibility to monitor the above-listed internet address for any posted changes. Any and all amendments posted shall be signed and submitted with the offer thru PIEE.
Solicitation issue date is anticipated to be on or about 22 August 2022. Quotes are anticipated to be due on or about 23 September 2022. Contractors must be registered in PIEE and be current with System for Award Management (SAM) in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov and PIEE https://cac.piee.eb.mil/
The Previous Contract Information: This is a new requirement; no previous contract information is available.
Any questions and inquiries related to this solicitation shall be submitted through Bidder’s Inquiry only.
The Solicitation Number is: W912BV22Q0082
The Bidder Inquiry Key is: CCPYGP-GRJ478
Sustainability clauses are currently not anticipated for this requirement.
“One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.”
The tentative general summary of the work to be performed is to fabricate at least three (3) stop-logs and at least one (1) lifting beam. Perform a hang test and stacking test for each stoplog and a hang test and proof load test for each lifting beam fabricated. The Contractor shall provide all plant, materials, equipment, labor, instruments, tools, subcontractors (per FAR 52.219-14(c)(2) “Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.”), supervision, management, transportation, and travel necessary to complete all work in accordance with this summary of work, the attached drawings, the specifications, and all other contract documents and requirements. The Government will provide no materials, equipment, transportation, or labor.
The work required is summarized as follows:
a. Fabricate the stoplogs as indicated. Add unique identifier and final weight to each unit.
b. Fabricate, proof load test, and add markings per ASME B30.20 the lifting beam.
c. Hang test the stoplogs for center of gravity determination and lifting lug placement.
d. Stack test the stoplogs.
e. Blasting and painting of stoplogs and lifting beam.
f. Delivery and offloading of stoplogs and lifting beam to the Oologah Area Office Storage Compound. Each stoplog must be shipped immediately after successful completion of Government Witness Point Inspections, painting, and testing. All the stoplogs and the lifting beam will become property of the government.
Tentatively Contractor Submittal Requirements include: The contractor shall submit the documents listed below to the Contracting Officer’s Representative (COR) and the Contracting Officer prior to starting work. All submittals, other than copies of contracts, shall be typed and the original and one copy shall be furnished the Contracting Officer (unless the documentation is provided digitally). Unless specifically noted in the requirement all submittals shall be provided free of proprietary markings and shall become property of the Government or shall have Governmental Rights assigned. If the Contracting Officer determines any of the submittals do not comply with specifications, the contractor shall resubmit these documents within five (5) business days.
- Names of project manager and their alternate (submit prior to initiation of work and prior to changing designated employees).
- Quality Control Plan (submit prior to initiation of work).
- Work plan/Production schedule (submit prior to initiation of work, must be submitted within 30 days of contract award).
- Contractor's, manufacturer's, or fabricator's drawings
- Descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves
- Test reports
- O&M manuals (including parts list)
- Certifications
- Warranties
TULSA DISTRICT CORPS OF ENGINEERS
2488 East 81st Street
TULSA, OK 74137
FAX: (918) 669-7436
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 2488 E 81ST STREET
- TULSA , OK 74137-4290
- USA
Primary Point of Contact
- Jereme Kemp
- jereme.a.kemp@usace.army.mil
- Phone Number 9186694392
Secondary Point of Contact
History
- Oct 08, 2022 11:56 pm EDTPresolicitation (Original)