The RFP Database
New business relationships start here

Industrial Painting and Structural Repair


Nebraska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT SYNOPSIS ONLY. This synopsis is not a solicitation and there is no Request for Proposal (RFP) at this time. This synopsis is a market research tool to determine the availability of available contractors. The purpose of this sources sought synopsis is to collect and utilize the information provided in support of market research and acquisition planning purposes only. This notice does not constitute a pre-solicitation notice. Response to this synopsis is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement.
The U.S. Army Corps of Engineers, Omaha District intends to issue a Request for Proposal (RFP) solicitation for a Multiple Award Task Order Contract (MATOC) located within the Northwestern Divisions area of responsibility (AOR). The AOR for this contract work includes the states of South Dakota, North Dakota, Montana, Nebraska, western Iowa, Kansas, Missouri, Colorado, Wyoming, Idaho, Oregon, and Washington. The MATOC contract will be to provide a broad range of painting and structural repair at the Divisions dams and hydropower facilities and is anticipated to have up to five (5) contractors in the pool.
The Government is seeking qualified Small Business AND Large Business sources that primarily perform work under the NAICS classification code 238320 "Painting and Wall Covering Contractors" OR 238120 "Structural Steel and Precast Concrete Contractors" The applicable size standard to be considered a Small business for either NAICS code is $15M average annual gross receipts for the preceding three fiscal years. The Contracting Officer anticipates that contractors will self-perform a minimum of 25% of the contract value.
NAICS CODES:
238320 - Painting and Wall Covering Contractors, Size Standard $15M OR
238120 - Structural Steel and Precast Concrete Contractors, Size Standard $15M

In accordance with FAR Subpart 4.1102 contractors are required to be registered in System for Award Management (SAM) prior to award of a contract or agreement that is not specifically exempt. (See SAM website at www.sam.gov).


Qualified Contractors or sub-contractors must be certified in accordance with the requirements of the current edition of the American Society for Non-Destructive Testing Recommended Practice No. SNT-TC-1A for Level II in the applicable NDT methods. Work will require procedures and techniques for Non-Destructive Testing (NDT) in accordance with ANSI/AWS D1.1 & D1.5 Structural Welding Codes; galvanizing repair methods and painting in accordance with ASTM A780/A780M or by application of stick or thick paste material specifically designed for repair of galvanizing, as specified in the task order. Work may require conformance with ASTM A123/A123M (2009) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A36/A36M (2008) Standard Specification for Carbon Structural Steel. Painting will typically require QP-1 and QP-2 Contractor Certification - (NACE 1 and NACE 2 certifications can be substituted if contractor has at least 2 Corps of Engineers coating contracts with Satisfactory ratings that involve water tanks, hydraulic structures or bridges located over bodies of water in the last five years - contractor shall have a minimum of six each NACE 1 and NACE 2 certified personnel and one NACE 3 inspector).


General Scope of work
The potential contract work would support the United States Army Corps of Engineers (USACE) Northwestern Division industrial painting and structural repair requirements for customers located within Northwestern Division's area of responsibility (AOR). This work would provide industrial painting and structural repairs at various dam and hydropower facilities that currently exist within Northwestern Division's AOR to extend the service life of the structural components. This work would not involve design work. The Government will be the designer of all repairs.


Additional work may include but not limited to:
Sandblasting sections of the structure or the whole structure, lead-based paint removal over/near water, non-destructive testing (NDT), cathodic protection installation, wire rope replacement, welding, corrosion repair, steel member replacement, concrete spall repair, structure joint seal replacement, roller chain repair or replacement and concrete construction joint and/or water stop replacement, surface preparation to SSPC 5 (white metal) standards and painting the structures with a vinyl coating system with zinc primer or other paint systems as specified by the individual task orders.


Site Conditions, and Coordination
Work may require the use of scaffolding, snooper crane and harness access. Climbing crews or significant scaffolding may be required. Typical structural dimensions may include 40' x 25' vertical lift structures, 40' x 30' tainter gates and steel stop logs of similar widths. In some cases Government barges may be provided to accommodate a work platform upstream of structures. Confined spaces may be encountered. Work may potentially be regulated under the Hazardous Energy Control Program; coordinated through the local project. Contractors will be required to coordinate with other contractors and facility personnel. Other contractors may be performing work simultaneously in the same general vicinity of the structure.


Submissions:
Interested parties having the capabilities necessary to meet or exceed all aspects of NAICS classification code 238320 "Painting and Wall Covering Contractors" OR 238120 "Structural Steel and Precast Concrete Contractors", with specific prior experience in conducting the type of work described above should respond via email to the point of contact below no later than 06 April 2017 Central Standard Time.


Please include in your 10-page or less email:
1)    Your firms Name, address and company contact information, Company size status; Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUB Zone), Section 8(a));
2)    Three specific examples of previously completed work (Location, contract name/number, award value and assigned NAICS code) that relates to the aforementioned work, bonding levels and if your firm is interested as the prime or a subcontractor. Each construction project experience should include a brief narrative addressing the magnitude, scope, and complexity of projects that demonstrate experience for painting and structural steel repairs. Address any construction experience on hydropower facilities.
3)    Please indicate your firm's level of interest in submitting a proposal considering the anticipated scope of work and identify in which States or the entire AOR that you would support. If there are areas of the AOR you would not support, why?
4)    What is the minimum and maximum dollar value per task order your firm would consider submitting a proposal for?
5)    What elements of work would your firm consider to be subcontracted?
6)    What do you consider are the most critical criteria that would distinguish one company's capabilities from/over another and please provide any other comments or suggestions that you would like to share with the Government?



This Sources Sought Notice is to assist the Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, it will be announced/posted in Federal Business Opportunities (FBO) with sufficient time for all interested parties to respond accordingly. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via FedBizOpps for any resultant or future solicitation package(s) that may be issued.


Please email responses to matthew.d.hibbert@usace.army.mil no later than, 6 April 2017. Responses must include in the subject line: RESPONSE TO SOURCES SOUGHT SYNOPSIS W9128F-17-S-M006. Information requested and received in response to this notice will be used in planning future acquisitions; please do not send in any cost proposals or cost information. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to responders. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, the information will be utilized for technical and acquisition planning. If adequate responses are not received from small business, the acquisition may be solicited on an unrestricted basis.


Matthew D. Hibbert, Phone 4029952480, Email Matthew.D.Hibbert@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP