Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOURCES SOUGHT

96 -- Sources Sought: Albeni Falls Dam Spillway Gate Replacments

Notice Date
4/18/2025 1:07:54 PM
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R13H0
 
Response Due
4/29/2028 10:00:00 AM
 
Archive Date
05/14/2028
 
Point of Contact
Jeannette Patton, Hien Ho
 
E-Mail Address
jeannette.k.patton@usace.army.mil, hein.ho@usace.army.mil
(jeannette.k.patton@usace.army.mil, hein.ho@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This SOURCES SOUGHT ANNOUNCEMENT for RFP W912DW25RXXXX (TBD) Albeni Falls Dam Spillway Gates Replacements is 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 UNDER FAR SUBPART 5.2. The proposed action is anticipated to be issued as a supply, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information. The proposed project is anticipated to be a competitive, firm-fixed-price contract to be procured in accordance with the Federal Acquisition Regulation (FAR) Part 15 (Contracting by Negotiation), using the Tradeoff process to acquire gates in the most expeditious manner possible. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. 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 results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code is 332312, Fabricated Metal Product Manufacturing, PSC code is 9640, Iron and Steel Primary and Semifinished Products and Small Business Size Standard 500 Employees. 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 SAM.gov (www.SAM.gov). Responses to this announcement are not an adequate response to any future solicitation announcement. BACKGROUND: The Seattle District, U.S. Army Corps of Engineers has a requirement to replace existing steel spillway gates at Albeni Falls Dam (AFD), Oldtown Idaho. AFD is a concrete gravity structure consisting of two main sections, the spillway and powerhouse. The spillway with a total of 10 spill-bays, which are controlled by 32 feet high by 41 feet wide vertical steel lift gates. These gates consist of an upper and lower leaf. One additional gate is available with each leaf being stored at the top of a maintenance slot to be used during emergencies or when maintenance is required on another gate. The gates underwent inspection in 2012 which identified repairs and maintenance that were needed to ensure that the gates are in good operating condition. A contract was awarded in 2022 for the repair and maintenance of the gates. However, the rehabilitation efforts will be stopped after the return of the first rehabilitated gate has been returned to the dam. The project is seeking to fabricate replacement gates. Replacement spillway gates components include: 1. Fabricate minimum five (5) and maximum eleven (11) new vertical lift steel spillway gates offsite Including paint, non-destructive testing (NDT), seals and seal heaters, cathodic protection, wheels, dogging and latching mechanisms. 2. Fabricate two (2) new lifting beams for new spillway gates. Including paint, NDT, and three (3) electric gear motor driven actuators for latching and dogging mechanisms on lifting beam and gates. 3. Mobilize/demobilize a crane to transition each leaf of the gate(s) to a designated location in the vertical position for the Operating project to transfer and install the gate into the designated slot with the project intake gantry cranes. Provide fixture to hold gate leaf in vertical position. 4.Retrieve the existing gates from the designated location for removal and disposal of the existing spillway gates. 5. Verify the new spillway gate, lifting beam equipment, and electrical features are properly fitted and tested. 6. Delivery of new fabricated gates need to be staged and scheduled so that USACE dam operations are not impacted. The contract solicitation and award is planned in FY26 for the first 5 gates. The remaining 6 gates will be optional award items to the contract with anticipated award in the subsequent years. The anticipated NAICS code may be 332312, Fabricated Metal Product Manufacturing, however after the results of this source sought have been consolidated and analyzed, this NAICS may change to NAICS code is 237990, Other Heavy and Civil Engineering, Construction. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and Unique Entity ID (UEI) number. 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Response to the attached questions. 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 via email to: Jeannette K. Patton, Contract Specialist, jeannette.k.patton@usace.army.mil. Responses should be sent as soon as possible, but no later than 10:00 AM PST, 29 April 2025. Subject Line: AFD Spillway Gate Replacements � Sources Sought Response All interested firms must be registered in the System for Award Management (www.SAM.gov) by time of award and remain active for the duration of the contract to be eligible for Government contracts. The POC for Small Business Assistance is Enshane Hill-Nomoto via cenws-sb@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42337b4897cf4f45be32dceec1114ac8/view)
 
Place of Performance
Address: Oldtown, ID 83822, USA
Zip Code: 83822
Country: USA
 
Record
SN07414649-F 20250420/250418230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.