SOLICITATION NOTICE
Z -- Fort Randall Intake Bridge Painting
- Notice Date
- 5/2/2012
- Notice Type
- Presolicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-12-R-0025
- Response Due
- 8/3/2012
- Archive Date
- 10/2/2012
- Point of Contact
- Elaine M. Vandiver, 509-527-7221
- E-Mail Address
-
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Walla Walla District in support of the Omaha District, US Army Corps of Engineers is issuing this pre-solicitation notice for a construction project entitled: Fort Randall Intake Bridge Painting. This will be a firm-fixed-price construction contract located at Fort Randall, Pickstown, South Dakota. Estimated construction magnitude is between $500,000 and $1,000,000; and 100% performance and payment bonds will be required. Solicitation will be open to small business concerns only using NAICS code 238320, and the associated small business size standard is $14,000,000 average annual receipts. Summary Scope of Work: The Ft. Randall Intake Bridge is approximately 395 linear feet center to center to the end bearings. There are 3 spans with the outer spans measuring at 119 linear feet and the center measuring at 156 linear feet. The contractor will be required to coat the entire exterior mild steel portions of the bridge structure. The existing coating system contains lead which will need to be captured during blasting operation. Surface preparation shall be Commercial Blast SSPC SP 6 and the coating system shall be primed with SSPC Paint 40 and 2 coats of SSPC paint 36. Minor spot painting is required in the crawl space under the bridge. Contractor is required to steam clean concrete surface in crawl space under the bridge in order to remove bird droppings and HEPA Vacuum cable trays. Asbestos boards are not to be disturbed. Minor rivet replacement may be required where necessary. Solicitation Number W912EF-12-R-0025 will be posted to the FBO website on or about May 18, 2011. The solicitation is a Request for Proposal. The successful offeror will be selected through the Lowest Priced Technically Acceptable source selection method. The evaluation factors are as follows: Factor 1: Qualification Factor 2: Past Performance Factor 3: Price Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual proposal closing date. The proposal closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Elaine.M.Vandiver@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-0025/listing.html)
- Place of Performance
- Address: USACE Omaha District, Fort Randall Dam 399 Powerhouse Road Pickstown SD
- Zip Code: 57367-0199
- Zip Code: 57367-0199
- Record
- SN02737098-W 20120504/120502235434-e9840a24173cebe49949bb4a1a07b5df (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 |