Sources Sought CJD Electric and Hydraulic Elevator Replacement

Agency:
State: Washington
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159591124648805
Posted Date: Feb 26, 2024
Due Date: Mar 1, 2024
Source: Members Only
Follow
Sources Sought CJD Electric and Hydraulic Elevator Replacement
Active
Contract Opportunity
Notice ID
W912DW24X0ZGD
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 26, 2024 02:01 pm PST
  • Original Response Date: Mar 01, 2024 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Bridgeport , WA
    USA
Description

This is a SOURCES SOUGHT ANNOUNCEMENT and 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 will be a construction project with a 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.

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 in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to seek 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 236220, PSC code Y1PZ, and Small Business Size Standard $45M. 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. Responses to this announcement are not an adequate response to any future solicitation announcement.

PROJECT DETAILS:

Chief Joseph Dam Hydraulic and Electric Elevators Replacement, Bridgeport, Washington.



Chief Joseph Dam is located on the Columbia River, 51 river miles downstream from Grand Coulee Dam, near Bridgeport, Washington. The Seattle District is looking for interest and technical information from the contractor community for input and assistance with this critical infrastructure replacement.



WORK SUMMARY: The work includes the scope presented below.



Project Description for the Hydraulic Elevator



This section is a general summary of the required work and is not all-inclusive. The work described within these specifications include, but not necessarily be limited to the scope listed below.




  • Full replacement of the Hydraulic Elevator.

    • Installation of a new hydraulic elevator system and equipment to replace the existing, uprating the elevator capacity from 5,000 to 10,000 pounds, and bringing the hydraulic elevator machine room to current code by enclosing the space in a one-hour rated envelope.

    • Existing features to be demolished include, but are not limited to, the hydraulic pump, the oil heater/cooler, oil reservoir, frequency controller, hoist way cables, hydraulic plunger, elevator car, elevator car safeties, elevator electrical system and wiring including all traveling elevator car power and communications cabling, disconnect switches, motor feeders elevator car lighting and all associated controls including controller cabinets.

    • The elevator car to be provided with new operating controls, communication devices, new elevator lobby doors and call stations at each floor landing. The existing heavy duty sidewall rails should be reused if possible.

    • The elevator machine room and shaft will be upgraded to meet current code compliance. The upgrade will include any repair needed for the hoist way walls and mechanical ventilation.

    • Provide smoke detector in machine room that sends elevator to designated floor and provides an alarm signal (light and sounder) to both the Electric Elevator machine room and Control Room fire alarm control panels (FACPs).







Project Description for Electric Elevator



This section is a general summary of the required work and is not all-inclusive. The work described within these specifications includes, but not necessarily be limited to the scope listed below.




  • Full replacement of the Electric Elevator.

    • Installation of a new electric elevator system and equipment to replace the existing. Bringing the electric elevator machine room up to code by replacing the wall separating the machine room from the staircase with a two-hour rated wall.

    • Existing features to be demolished include, but are not limited to: the hoist motor; the hoist gear box, elevator brakes, hoist way ropes, wedge sockets and shackle rods, rope brake, rope deflector sheaves, speed governor, elevator car and counterweights guide rail shoes, elevator car safeties, counterweights and cable compensation chains, oil buffers for the elevator car and counterweights, elevator electrical system and wiring including all traveling elevator car power and communications cabling, disconnect switches, motor feeders elevator car lighting and all associated controls including controller cabinets.

    • The elevator car to be provided with new operating controls, handrails, communication devices, new elevator lobby doors and call stations at each floor landing.

    • The elevator machine room and shaft will be upgraded to meet current code compliance. The upgrade will include any repair needed for the hoist way walls and HVAC improvements, and elevator hoist way pressurization alternative (in lieu of required enclosed lobbies).

    • Provide new or replace (as required) smoke detectors in machine room and elevator lobbies that will alarm the FACP and initiate the following actions: Sends elevator to either the designated or alternate level, local alarm (light and sounder) at the FACP, demote alarm (light and sounder, silence-able) at Control Room FACP, elevator hoistway pressurization, stairwell pressurization.

    • A Control Structure fire alarm will signal the Electric Elevator FACP to initiate elevator hoistway pressurization.





In general, USACE, Seattle District is looking for qualified firms to complete this work.



NOTE: All dam operations will continue during work under this Contract.



Expected magnitude of construction is between $1 million and $5 million.



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 DUNS 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. Bonding information:

a. Single bond

b. Aggregate

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 to: Geraldine Kemp, Contract Specialist,



via email: Geraldine.L.Kemp@usace.army.mil.



Responses should be sent as soon as possible, but not later than 10:00 AM PT, 1 March 2024.





All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.



FIRMS WHO HAVE RESPONDED TO PREVIOUS SOURCES SOUGHT NOTIFICATION FOR THIS ACTION UNDER NAICS CODE 238290 OR 333921 DO NOT NEED TO SUBMIT AN ADDITIONAL RESPONSE.PREVIOUS RESPONSES ARE VALID FOR OUT MARKET RESEARCH PURPOSES.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 26, 2024 02:01 pm PSTSources 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 >