SOLICITATION NOTICE
Z -- McNary Navlock Monolith 4-6 Joint Gallery and Drain Seals
- Notice Date
- 3/22/2016
- 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-Q-0044
- Archive Date
- 4/29/2016
- Point of Contact
- Hillary A. Morgan, Phone: 5095277214
- E-Mail Address
-
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The work described herein at McNary Lock and Dam includes installment of new government furnished hydrophilic monolith joint waterstops in the Navigation Lock Gallery at McNary Dam. Installation of the waterstops will include saw-cutting and hand chiseling concrete channels 4" deep x 2" wide x 28' long, custom fabrication of 4 stainless steel waterstop restraint covers approximately 7' long, and installing the restraint covers with 70 stainless steel undercut anchors to the concrete walls. Additional work includes installation of a waterstop plug in an embedded 6" diameter steel drainpipe utilizing a remote camera to verify placement approximately 38 feet into the pipe. Access to the work area is only via 7 flights of internal stairs within the navigation lock. All tools and materials must be hand carried to the work area. Place of Performance is the McNary Lock and Dam located near Benton City, Washington, Benton County. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Solicitation is reserved for small businesses concerns. Solicitation Number W912EF-16-Q-0044 will be posted to the FedBizOpps (FBO) website on or about 22 March, 2016. The date by which quotes must be furnished to the issuing office 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 posted. Refer to the solicitation for details regarding the site visit. This will be a firm fixed-price construction contract. Magnitude of Construction is estimated between $25,000 and $100,000. Payment bonds or an Irrevocable Letter of Credit in the amount of 100 percent of the contract price are required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36.5 million. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. 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 a bidder'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. 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 Hillary.A.Morgan@usace.army.mil and Phyllis.L.Buerstatte@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-Q-0044/listing.html)
- Place of Performance
- Address: 82790 Devore RD, Umatilla, Oregon, 97882, United States
- Zip Code: 97882
- Zip Code: 97882
- Record
- SN04057531-W 20160324/160322235340-efeaf82bb5bb7b5870d01bee2056f5e4 (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 |