Search Contract Opportunities

W912P522B0019 Watts Bar Lock Gate & Valve Machinery Painting   4

ID: W912P522B0019 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 15, 2022, 10:02 a.m. EDT

W912P522B0019

PURPOSE: The Nashville District U.S. Army Corps of Engineers intends to issue an Invitation for Bid (IFB) for Miter Gate & Culvert Valve and Tow Haulage Machinery Painting. The successful contractor shall remove all loose rust, paint, dirt, dust, and other foreign material that would prevent proper coating. Contractor shall be responsible for providing adequate protections and devises to prevent impacts to the environment and to protect the structure. The Watts Bar Hydroelectric Project is listed in the National Register of Historic Places. Contractor shall be responsible for painting four (4) sets of culvert valve machinery, four (4) sets of gate operating machinery, one (1) set of tow haulage machinery, and four (4) floating mooring bitt recesses. Components to be included in the scope of work for the valve machinery will include all electro-mechanical components including covers, bases, safety guards, etc. within the machinery pit area. The work shall conclude at the valve sector arm (Mark 28/4-3) and the head of the sector arm pin (Mark 28/4-11) as shown on reference drawing number O2-L329.0 28/2.4. Likewise, all of the electro-mechanical components of the gate operating machinery shall be painted from the gate motor and Limit switch to the gate strut pin (Mark 22/8-3) as shown on reference drawing O2-L329.0 22/4.4. The towing machinery assembly as shown on reference drawing O2-L329.0 shall include the motor, gearbox, limit switch, and drum assembly. Items not included in the scope of work will include those items constructed from nonmetallic materials such as fiberglass or plastic or those items constructed of nonferrous materials such as aluminum, brass or stainless steel. The mooring bitt recesses will be painted from the top of the lock wall (~el. 752) to the upper pool winter elevation (~el. 738). Care should be taken to prevent the running surfaces, nameplates, seals/gaskets and threaded connections from being painted. It is likely that the original coating on the equipment contains lead.

PROJECT DESCRIPTION: The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a requirement for a firm fixed-price construction contract. The contractor shall provide all necessary labor, material, and equipment to perform the work described above in accordance with the plans and specifications provided.

Disclosure of Magnitude of Construction Project: The estimated magnitude of this requirement is between $250,000 and $500,000.

PLACE OF DELIVERY:

Decatur, TN 37322

United States

DELIVERY DATE: 219 calendar days after notice to proceed.

NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238320 Painting and Wall Covering Contractors with a size standard of $16.5M.

TYPE OF SET-ASIDE: The solicitation will be 100% small business set aside.

SOLICITATION AND CONTRACT TYPE: The Government intends to award a Firm-Fixed Price construction contract.

SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around 29 July 2022.

Pre-Bid Site Visit: An organized site visit is scheduled during the solicitation period on Thursday, August 11, 2022 at 11:00 AM Eastern Time.

Participants will meet at 185 Watts Bar Landing Lane, Decatur, TN 37322

Travelers using GPS are encouraged to enter the location "Watts Bar Dam.

The lock is located on the east bank of the river.

Site Visit REGISTRATION: Only registered persons will be permitted to attend the site visit. In addition to the information below, please also provide your firm's name, firm's CAGE and/or Unique Entity Identifier (a 12-character alphanumeric ID assigned to an entity by SAM.gov and formerly known as DUNS) number, and name and position title of primary point-of-contact and their telephone number and email address. Only two (2) individuals from each business entity will be permitted to attend.

U.S. CITIZENS: To register, U.S. citizens interested in attending the site visit shall submit a Nashville District Corps of Engineers (LRN) U.S. Citizen Security Access Form to the LRN Point of Contacts (POCs), Contract Specialist Rob Holdsworth and Contracting Officer Eugenia Corder, no later than five (5) business days prior to the site visit. If submitting the document in less than five business (5) days prior, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. The form and guidance are available as PDF attachments to this announcement on http://sam.gov and titled US Citizen Security Access Form.

FOREIGN NATIONALS (FNs): All non-U.S. Citizens (including permanent residents) wishing to attend the site visit must be approved in advance. FNs wishing to attend a site visit shall submit a completed Nashville District Corps of Engineers Foreign National Security Access Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I- 688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS Form I-571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POCs. These documents must be submitted two (2) weeks prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQ USACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on www.sam.gov with this solicitation and is titled Foreign National Security Access Form.

LRN POCs for Registration: For questions and/or concerns regarding the Site Visit, please contact Rob Holdsworth at Robert.B.Holdsworth@usace.army.mil. Please submit all site visit request forms to Rob Holdsworth at Robert.B.Holdsworth@usace.army.mil and Eugenia Corder at Eugenia.J.Corder@usace.army.mil. When submitting site visit request forms, include W912P522B0019 - (Foreign National or U.S. Citizen) Request Form-(Your Company Name) in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.

SYSTEM FOR AWARD MANAGEMENT (SAM): In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at https://sam.gov/ . More specifically, "An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation." (See FAR 52.204-7(b)(1)).

For SAM Customer Service, contact:

Federal Service Desk

URL: www.fsd.gov

Hours: 8am - 8pm (Eastern Time)

US Calls: 866-606-8220

International Calls: 334-206-7828

DSN: 866-606-8220

POINT-OF-CONTACT FOR QUESTIONS: Any communications regarding this procurement before award must be made in writing to the Contracting Branch, Attn: Rob Holdsworth at email robert.b.holdsworth@usace.army.mil . Inquiries must identify the solicitation number, the requestor's company name, address, email address, and telephone number to include area code.

BID SUBMISSION: ALL SUBMISSIONS IN RESPONSE TO THIS IFB SHALL BE SUBMITTED ELECTRONICALLY THROUGH PIEE. No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Bid Submissions are required through the Army's Electronic File Sharing Service in PIEE (https://piee.eb.mil/). The PIEE Application is used to send large files to individuals that would normally be too large to send via email. Information regarding how to set up a vendor registration is included in this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml. On this page, click on the Vendor User Registration Doc and it will take you through the process of registering as a vendor.

If you plan on submitting a bid, be sure to select SOL-Solicitation in the drop-down list and choose the Proposal Manager role to be given the proper permissions.

Further training is available at the following links:

https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml - This link shows information regarding the Solicitation application in PIEE and the different roles available.

https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml - This link is for Offerors regarding the Proposal Manager function and instruction on submitting a Proposal.

a. File Size Limitations: Offerors are advised to follow the PIEE instructions for uploading files. PIEE supports delivery of up to 1.9GB per file, with no limit on the number of files, as well as multiple file formats. If needed, Offerors are advised to break the files down into smaller sections in order to upload them into the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.

b. File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention:

W912P522B0019 (FIRM NAME) VOLUME I

W912P522B0019 (FIRM NAME) VOLUME II

Each file name shall begin with the Solicitation number followed by the firm's name, and a brief file description. Please see the examples above.

c. File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be the size listed in the submission requirements for each factor. Pages shall be letter sized (larger page sizes (such as 11x17 fold- outs, etc.) will be counted as two pages. Bids shall be in a narrative format, organized and titled so that each section of the bid follows the order and format of the factors. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in each section for each factor.

d. Upload Completion & Deadline: Interested parties shall submit responses no later than the date specified on the Solicitation document. The time and date of bid receipt will be the upload completion/delivery time and date recorded within the PIEE site. Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208.

e. Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas should be unlocked).

Any information, presented in a bid that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of FAR Provision 52.215-1, Instructions to Offerors Competitive Acquisition (Alternate I), subparagraph (e), which is incorporated by reference in the IFB. The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.

Posted: July 14, 2022, 1:18 p.m. EDT

Overview

Response Deadline
Aug. 15, 2022, 11:00 a.m. EDT Past Due
Posted
July 14, 2022, 1:18 p.m. EDT (updated: July 15, 2022, 10:02 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Decatur, TN 37322 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Odds of Award
88%
On 7/14/22 USACE Nashville District issued Presolicitation W912P522B0019 for W912P522B0019 Watts Bar Lock Gate & Valve Machinery Painting due 8/15/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238320 (SBA Size Standard $19 Million) and PSC J080.
Primary Contact
Name
Rob Holdsworth   Profile
Phone
(615) 736-5538
Fax
None

Secondary Contact

Name
Eugenia J. Corder   Profile
Phone
(615) 736-5603
Fax
6157367124

Documents

Posted documents for Presolicitation W912P522B0019

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912P522B0019

Award Notifications

Agency published notification of awards for Presolicitation W912P522B0019

Contract Awards

Prime contracts awarded through Presolicitation W912P522B0019

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912P522B0019

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912P522B0019

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT NASHVILLE
FPDS Organization Code
2100-W912P5
Source Organization Code
100221376
Last Updated
July 15, 2022
Last Updated By
robert.b.holdsworth@usace.army.mil
Archive Date
July 15, 2022