SOLICITATION NOTICE
Y -- BONNEVILLE SECOND POWERHOUSE INTAKE GANTRY CRANE REHABILITATION, BONNEVILLE LOCK AND DAM PROJECT, SKAMANIA COUNTY, WASHINGTON STATE.
- Notice Date
- 4/6/2010
- Notice Type
- Presolicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-10-R-0021
- Response Due
- 6/22/2010
- Archive Date
- 8/21/2010
- Point of Contact
- Frank A. Gutierrez, 5038084619
- E-Mail Address
-
USACE District, Portland
(frank.a.gutierrez@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS - for BN2 Gantry Crane Rehab Description: The U.S. Army Corps of Engineers (USACE), Portland District (NWP), 333 SW First Avenue, Portland, Oregon 97204, has a requirement for the rehabilitation of the Bonneville Powerhouse #2, Intake Gantry Crane, as part of the Bonneville Lock and Dam Project located in Skamania County, Washington. A Request for Proposal (RFP) utilizing the Lowest Price Technically Acceptable (LPTA) method will be issued. Evaluation criteria and detailed specifications will be inclusive in the solicitation package, W9127N-10-R-0021. The work shall include all labor and materials required to rehabilitate the existing intake gantry crane, to include: The main and auxiliary hoist systems, which includes the replacement of all electrical and mechanical equipment, to include motors and controls; a new operators cab shall be installed, and will include two operator chairs and control joy stick systems for all hoists; a new electrical equipment enclosure shall be installed; and a load indicator system shall be installed, as per specification. The gantry crane shall be no-load tested, NO LATER THAN, 21 October 2011, and Performance Tested, NO LATER THAN, 28 October 2011. A Site Safety and Health Officer (SSHO) shall be provided for all new contracts with this District. For this project the SSHO is required to have a minimum of three (3) years safety work with similar projects and a 30 hour OSHA construction safety class (or equivalent) taken within the last three (3) years. The SSHO may have no other duties for this work except function as the on-site CQC Manager. During the performance of the contract, the laws, ordinances, rules, and regulations of the Federal government, Oregon State, and Washington State, shall be complied with regarding the protection of the environment and workers. Where requirements of these specifications and Federal, State, Regional or local regulations vary, the most stringent requirements shall be enforced. It is the intent of the Government that all prospective contractors visit the job-site for the purpose of acquainting themselves with local conditions and to discuss any question that may arise regarding the requirements of the contract. The solicitation for this project will be issued in electronic format on/or about 21 May 2010, with a proposal due date of 22 June 2010; a notice and link to download the solicitation will be posted on Federal Business Opportunity (www.fbo.gov). Interested parties are responsible for checking the referenced websites for any update(s), and can click on the Register to Receive Notification button, to receive automatic update notices. The Government is not responsible for any loss of Internet connectivity or for any parties inability to access the document posted at the referenced websites. This procurement is to be a 100% Small Business set-aside, the NAICS Code is 238290, and the small business size standard for this procurement, is to be a firm with average annual sales or receipts, including all affiliates, for the preceding three years, not in excess of $14 million. The Magnitude of Construction is between $ 1,000,000.00 and $5,000,000.00. Interested business concerns must be enrolled in the Central Contractor registry (CCR), at www.ccr.gov, to conduct business with the Department of Defense. All inquiries regarding the solicitation are to be submitted via Bidder Inquiry. Telephone and e-mail inquiries will not be accepted. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. Bidder Inquiry instructions will be detailed in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-10-R-0021/listing.html)
- Place of Performance
- Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
- Zip Code: 97208-2946
- Zip Code: 97208-2946
- Record
- SN02114178-W 20100408/100406235344-f357c643297e3dbb8e2872c9f85b4c1a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |