SOURCES SOUGHT –
Ceramic Metal Base and Solidifier
Wilson Lock
Florence, Alabama
REQUEST FOR INFORMATION (RFI)
THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP).
THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS.
PURPOSE:
The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of a Contractor that shall provide all materials, labor, supervision, and quality control necessary to manufacture and deliver ceramic metal and solidifier as specified herein to:
US Army Corps of Engineers
Wilson Lock
100 Goethals Dr.
Florence, AL 35630
Furnish sixty (60) – 2kg kits of ceramic metal and one-hundred and thirty (130) – 100g bottles of release agent within seven (7) calendar days of contract award. Ceramic metal product shall meet the requirements detailed in the contract specifications. The product shall consist of a two component paste grade system designed for creation of bearing shims for lock miter gate quoin blocks. The government reserves the right to execute one or more of three (3) options within sixty (60) calendar days of contract award.
Option 1: Furnish sixty (60) – 2kg kits of ceramic metal and one-hundred and thirty (130) – 100g bottles of release agent within one (1) calendar day of execution of this option.
Option 2: Furnish sixty (60) – 2kg kits of ceramic metal and one-hundred and thirty (130) – 100g bottles of release agent within two (2) calendar day of execution of this option.
Option 3: Furnish sixty (60) – 2kg kits of ceramic metal and one-hundred and thirty (130) – 100g bottles of release agent within two (2) calendar day of execution of this option.
SPECIFICATION
Furnish One hundred and thirty (130) – 2kg kits of ceramic metal. Optionally, within 60 calendar days of contract award, the government reserves the right to purchase up to seventy-five (75) additional kits at the unit price specified herein. The product shall consist of a two component paste grade system designed for creation of bearing shims for lock miter gate quoin blocks. The product shall have the following salient features:
Product shall have a working life of 15 minute (@ 77 °F)
Slump Resistance Nil at 0.5 inch
Mixed Density 2.36 – 2.52 g/cm3
VOC Contend (ASTM D2369/EPA ref. 24) 0.08% / 1.93 g/L
Abrasion: The Taber abrasion resistance determined in accordance with ASTM D4060 with 1kg load shall meet or exceed:
H10 Wheels (Wet) 194 mm3 loss per 1000 cycles
CS17 Wheels (Dry) 25 mm3 loss per 1000 cycles
Adhesion: Tensile Shear when tested in accordance with ASTM D1002, to grit blasted substrate with 3-4 mil (75-100 micron) profile, shall meet or exceed:
Mild Steel 3,000 psi
Stainless Steel 2,760 psi
Pull off Adhesion: When tested in accordance with ASTM D4541/ISO 4624, shall meet or exceed:
Mild Steel 3,000 psi
Compressive Properties: When determined in accordance with ASTM D695 (0.24 in thick test pieces), shall meet or exceed:
Compressive Strength (Yield) Cure Temperature
12320 psi* 68°F
17380 psi* 212°F
* Bonded to grit blasted mild steel
Corrosion Protection: Corrosion resistance once fully cured shall show no visible signs of corrosion after 5,000 hours exposure in the ASTM B117 salt spray cabinet.
Hardness:
The shore D & Barcol Harness, when determined in accordance with ASTM D2240 and ASTM D2583, shall meet or exceed:
Ambient Cure (68°F) Post Cure (212°)
Shore D 88 89
Barcol 934-1 20 35
Barcol 935 87 92
Impact Resistance: The impact strength (reverse notched) when tested to ASTM D256 or ISO 180 shall meet or exceed:
Cure Temperature
0.53 ft.lb./in. 68°F
0.75 ft.lb./in. 212°F
Technical Support: Contractor shall supply a technical representative to consult with during the application and installation of the product.
Belzona 1311 is known by the government to meet or exceed the aforementioned specification. Offers of other products will be accepted however product data shall be provided with their quote that clearly indicates that the offered products meet or exceeds the features/specifications listed herein.
SHIPMENT
PACKAGING & PROTECTION
All material shall be packaged in a manner acceptable to preserve the new condition of the material during shipping and handling. The packaging shall clearly identify the contents of the package. Damaged material will not be accepted. All damaged materials shall be replaced by the contractor with no additional cost to the Government. All transportation, delivery, and storage costs shall be included in the contract price.
POINT OF DELIVERY
Contractor shall provide all materials within 14 calendar days of notice of award. Delivery shall be made Monday through Thursday, 0700 – 1600 excluding federally observed holidays.
Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION EXISTS AT THIS TIME.
GENERAL INFORMATION:
The proposed project will be a Firm Fixed Price contract.
North American Industrial Classification System (NAICS) Code applicable to this acquisition is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing.
Small Business Size Standard for this acquisition is $16.5 million.
Interested parties must be registered in the System for Award Management (SAM), at www.sam.gov. There is NO fee to register for this site.
CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT:
Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through H).
A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses.
B. DUNS number and CAGE code.
C. Business size/classification to include any designations (Small Business, HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.).
D. A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The potential bidders should provide brief references of relevant work they have performed and the magnitude.
E. Indicate whether your company will perform the work directly or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your firm may be capable of directly performing.
F. Please indicate whether your firm will submit an offer for this project.
G. Any other information that would assist in determining your company's capability in performing the described film/video work.
H. Suggested NAICS codes for Ceramic Metal Base and Solidifier.
SUBMISSION OF CAPABILITY STATEMENT:
Submissions of capability statements are due by 1:00 p.m. (CST) on April 30, 2025. Responses to this source sought shall be sent via email to Jamie.L.Barnes@usace.army.mil.
DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.