Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2016 FBO #5234
SOLICITATION NOTICE

54 -- Little Goose Adjustable Spillway Weir

Notice Date
3/21/2016
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
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-R-0001
 
Archive Date
3/21/2017
 
Point of Contact
Cristina A Vega, Phone: 5095277231
 
E-Mail Address
cristina.a.vega@usace.army.mil
(cristina.a.vega@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Supply with Construction install Project: Little Goose Dam Adjustable Spillway Weir. This will be a firm-fixed-price supply with construction contract located at Little Goose Dam (Dayton, Washington). 100% performance and payment bonds for the construction portion only will be required. Summary Scope of Work: Fabricate and install an Adjustable Spillway Weir (ASW). The ASW will be a steel structure installed in spillway bay #1. The ASW will incorporate a mechanical system to effectively adjust the crest elevation of the spillway to allow juvenile salmon and steelhead to pass the dam near the water surface which is safer and more efficient passage route over the dam. This system will have the ability to completely shut off flow through the spillway bay if necessary. The ASW will be comprised of multiple components: Base Stoplog (105k lbs.), Intermediate Stoplog (105k lbs.), Top Stoplog (75k lbs.), Crest Assembly (160k 1bs) and a Hoist Assembly (90k lbs. with hoist machinery). The contractor will also be responsible to construct a lifting beam (28k lbs.) and various storage support structures for the ASW components. In addition to the installation of the ASW, minor concrete modifications and permanent fall protection. Site work also includes all associated power and controls associated with the ASW operations. Solicitation Number W912EF-16-R-0001 will be posted to the FBO website on or about April 18, 2016. The solicitation is a Request for Proposal. The successful offeror will be selected through Best Value Trade-Off source selection method. Evaluation details will be contained in the solicitation. 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 bidders. 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 Cristina.a.Vega@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. Solicitation is available for Full and Open Competition. NAICS code for this project is 332312: Fabricated Structural Metal Manufacturing, and the small business size standard is 500 employees. 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. Bidders 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-16-R-0001/listing.html)
 
Place of Performance
Address: Little Goose Dam, 1001 Little Goose Dam Rd., Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN04057061-W 20160323/160321235909-7ab7172a71f9c649ee91c514b278837b (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.