Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

Z -- McNary Crane 5 Hammerhead Fall Protection

Notice Date
2/10/2016
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-B-0006
 
Archive Date
5/30/2016
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This will be a firm fixed-price construction contract located at McNary Lock & Dam located at Umatilla County, Oregon. Estimated construction magnitude is between $100,000 and $250,000. Payment bond or irrevocable letter of credit will be required. The Contractor shall complete all work for the Fall Protection system by not later than August 31, 2016. See solicitation for details. DESCRIPTION OF WORK: The purpose of this work is to Fabricate and install fall protection system components on the intake gantry crane at McNary dam. The components will include, 2 rigid rail fall protection systems, a self-supporting guardrail that will rotate with the hammerhead on the crane, cantilever walking surface extensions near the top of the crane, removal of old guardrail and installation of new guardrail, installation of a new fixed access ladder, removal and reinstallation of a fixed access ladder and cage. Components will be installed by drilling and bolting. The fall protection railing shall be designed for 2 workers. Most of the components will be installed at a height of approximately 80 ft. The Contractor shall provide a mobile crane to lift the components into their position on the crane, as well as man lifts as required. Maximum weight of components to be lifted is approximately 1000 lbs. All welding shall be performed by certified welders in accordance with AWS D1.1 and AWS D1.2. The installation of the fall protection systems shall be installed under the supervision of a Fall Protection Qualified Person as defined in ANSI Z 359.0 - 2012 paragraph 2.130. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Invitation for Bid W912EF-16-B-0006 will be posted to the FedBizOpps (FBO) website in the very near future. Quotes will be due on or around March 29, 2016. See solicitation for full details. When issued, the solicitation documents for this project will be available at https://www.fbo.gov. The solicitation is UNRESTRICTED. The small business size standard for NAICS 237990 is no more than $36,500,000 in average annual receipts. Important Note: The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual bid opening date. The bid opening date and time will be contained in the solicitation and any solicitation amendments that are issued. A site visit will be offered generally within 2 weeks after the solicitation is issued. The site-visit is HIGHLY recommended if a bid is intended. See solicitation for details about the site visit. Only ONE site visit will be offered. Access for Foreign Nationals. It takes at least 30 days to obtain clearance for foreign nationals to enter the project site. If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately. To request clearance for foreign nationals, 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 9INS 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 cynthia.h.jacobsen@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. No CDs or hard copies will be available by the Government. Downloads are available only through the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to the notice. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document posted on the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-B-0006/listing.html)
 
Place of Performance
Address: McNary Lock & Dam, 82790 Devore Rd., Umatilla, Oregon, 97882-1441, United States
Zip Code: 97882-1441
 
Record
SN04016190-W 20160212/160210234345-0548325f1abfdcfff7dd2499d2c9ec10 (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.