Tennessee Bids > Bid Detail

CHEATHAM DAM SPILLWAY GATE CONTROLS, MOTORS & BRAKE REPLACEMENT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159332115477374
Posted Date: Mar 26, 2024
Due Date: Apr 5, 2024
Solicitation No: W912P524B0ZPR
Source: https://sam.gov/opp/b672132927...
Follow
CHEATHAM DAM SPILLWAY GATE CONTROLS, MOTORS & BRAKE REPLACEMENT
Active
Contract Opportunity
Notice ID
W912P524B0ZPR
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST NASHVILLE
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)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 26, 2024 01:02 pm CDT
  • Original Response Date: Apr 05, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Charlotte , TN
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.



This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.



PURPOSE:



The Government is conducting this RFI/Sources Sought in support of Market Research only to notify and seek potential qualified members of industry to gain knowledge of interest, capabilities and qualifications to include the Small Business Community. No solicitation document is currently available.



SCOPE:



The U.S. Army Corps of Engineers, Nashville District anticipates a requirement for a Firm-Fixed Construction contract for the spillway gate controls, motors, and brake replacement at Cheatham Dam, in Charlotte, TN. The estimated magnitude of this project is between $1,000,000 and $5,000,000.



The Contractor will be responsible for furnishing all labor, materials and equipment for the replacement of the Cheatham Dam Spillway Gate Electrical and Mechanical Components which includes electrical replacement of the old motor control panel, hoist limit switch, lighting transfer switch and transformer as well as replacement of the old mechanical components, such as brakes, motor couplings, brake couplings, drive shaft couplings and pillow block bearings.



The proposed contract will consist of a base and five (5) options. Under the base contract, spillway gates 1 - 2 shall have the spillway gate controls, motors, and brake components undergo replacement and shall include asbestos abatement work. Option 1 will include the general spillway gate machinery work common for all gates to be executed for Gates 3 and 4, to include asbestos abatement work. Option 2 will include the general spillway gate machinery work common for all gates to be executed for Gates 5 and 6 to include asbestos abatement work. Option 3 will include the general spillway gate machinery work common for all gates to be executed for Gate 7 to include asbestos abatement work. Option 4 will include a new limit switch assembly with a government approved equal. And Option 5 will include lighting equipment. All work shall be performed in strict accordance with the specifications and applicable drawings and other terms and conditions.



The anticipated North American Industrial Classification System (NAICS) Code to this acquisition is 237990, Other Heavy and Civil Engineering Construction with Size Standard of $45 Million.



SURVEY:



The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or elimination from the requirement. Only contractors capable of performing this type of work should respond to the RFI.



Respondents interested in providing a response to this Sources Sought should submit information which clearly describes the following:



A. Name of your firm, address, points of contact with telephone numbers and e-mail addresses:



B. CAGE Code and/or Unique Entity Identifier (Known as DUNS):



C. List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor replacing electrical and mechanical components on dam spillway gates.




  1. Project Name:



Contract Number (if applicable)



Year completed:



Prime or Subcontractor:



Type and percentage of work self-performed (based on contract value):



Dollar Amount:



General description of project:





2. Project Name:



Contract Number (if applicable)



Year completed:



Prime or Subcontractor:



Type and percentage of work self-performed (based on contract value):



Dollar Amount:



General description of project:





3. Project Name:



Contract Number (if applicable)



Year completed:



Prime or Subcontractor:



Type and percentage of work self-performed (based on contract value):



Dollar Amount:



General description of project:





D. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?



E. For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14 Limitations on Subcontracting, Class Deviation 2019-O0003)?



F. Do you plan to subcontract to only small businesses?



G. If the answer to question F is “yes” are these small businesses within a sub-category (e.g. Hubzone, SDVOSB, WOSB, etc)?



H. What is your bonding capacity per contract?



I. What is your aggregate bonding capacity per contract?



J. If this requirement is advertised, do you anticipate submitting a bid?



RESPONSES:



Please submit your response no later than 12:00 PM Central Time on April 05, 2024 via email to Diana.L.Namara@usace.army.mil and Bridget.L.Passatore@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 801 BROADWAY RM A604
  • NASHVILLE , TN 37203-1070
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 26, 2024 01:02 pm CDTSources Sought (Original)

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 >