Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOLICITATION NOTICE

J -- Navigation Lock Upstream Stop log Rehabilitation

Notice Date
5/21/2012
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-0024
 
Response Due
6/19/2012
 
Archive Date
8/18/2012
 
Point of Contact
Valerie Reller, 509-527-7215
 
E-Mail Address
USACE District, Walla Walla
(valerie.k.reller@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description of Requirement: This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation is scheduled to be released via FedBizOpps (www.fbo.gov) in the near future detailing requirements for a service requirement entitled: "Navigation Lock Upstream Stop log Rehabilitation McNary Lock and Dam". The US Army Corps of Engineers (COE) requires contract services to repair and upgrade six (6) of the McNary Lock and Dam, navigation lock, upstream stoplogs. The stoplogs are to be strengthened by the addition of gusset plates and bracing. The work will involve welding gussets to structural tee sections, miscellaneous metal work, non-destructive testing (NDT) of welds, installation of structural bracing, possible lead paint abatement, paint preparation and application using US Army Corps of Engineers (USACE) formulation vinyl paint V766e, and purchase and installation of replacement seals and bolts. Welding is to be done in accordance with AWS D1.5 and consists of fillet welds at various application directions and locations. Approximate size for each stoplog is 4.5 feet tall, 12 feet wide, 91 feet long and weighing up to 65,000 lbs each. The stoplogs are stored in the upstream storage pits located on the south side of the navigation lock. The upstream stoplogs will be made available as Government Furnished Property. Method of pickup and delivery will require on-water methods (i.e. barge), due to the stored locations, necessary crane support, logistics and size and weight limitations. The contract pickup and delivery methods will require coordination with the McNary Dam crane operator and operating project staff. The stoplogs will need to be removed by barge within the Navigation lock channel. A specific navigation lock outage schedule, pickup and delivery sequence will be required in order to allow for the most efficient Government support and least impact to the shipping industry. The stoplogs will need to be removed from the McNary project site by barge in ascending order and will be returned in (reverse) descending order to allow for proper stacking in the storage areas. Schedule of work: All work activities will be required to be completed prior to Fiscal year 2013 Navigation Lock Outage period. Site visit: A site visit will be offered approximately two weeks after the solicitation is released. The solicitation will include details regarding the site visit. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Quotes/Proposals will be due approximately 3 weeks after the actual solicitation issuance date. This is scheduled to be issued as a Service contract. This announcement is for information and planning purposes only. Set-aside status: The solicitation is scheduled to be issued as a 100% Small Business set-aside for Small Businesses. The North American Industry Classification System code for this requirement is 332312 size standard: 500 employees. Place of Contract Performance Stoplog rehabilitation work will be performed off site at the contractor's facility Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). All Offerors must be CCR registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prior to quoting, it is preferred that vendors complete the Online Representations and Certifications (ORCA), which requires CCR registration including an MPIN number. Instructions may be obtained and required information may be entered at http://orca.bpn.gov. If you are not ORCA registered, you will need to complete and provide paragraphs (B) through (I) of provision 52.213-3 in the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-0024/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02753639-W 20120523/120521235452-80f2cd7450fb3e69af3917c934992947 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.