Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
MODIFICATION

Y -- Open Bay Equipment Shed Clarkston Natural Resource Management

Notice Date
1/3/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building 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
W912EF18B0001
 
Point of Contact
Valerie K. Reller, Phone: 5095277215
 
E-Mail Address
Valerie.K.Reller@usace.army.mil
(Valerie.K.Reller@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
100% WOMAN-OWNED SMALL BUSINESS SET-ASIDE Construction Project: Lower Granite Clarkston Natural Resource Management, Open Bay Equipment Storage Shed. This will be a firm fixed-price construction contract located at Lower Granite, Clarkston NRM Office, Asotin County, Idaho. Estimated construction magnitude is between $100,000 and $250,000. Performance and payment bonds (100%) will be required. The onsite construction work window at Lower Granite, Clarkston NRM is estimated from May 2018 through June 2018. See up-coming solicitation for details. DESCRIPTION OF WORK: The work includes the construction of a pole building sheds for vehicle storage, site grading, and security fence installation. The shed will be 156-feet long by 30-feet deep and constructed in Clarkston, Idaho near the NRM Office. The shed will have metal roof, wood trusses, wood posts, concrete footings, and metal siding on three sides. No HVAC or Electrical work. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with OSHA and State Regulations, EM 385-1-1, and ASSE/SAFE Z359. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1 as well as all applicable OSHA requirements. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings to the customer. Invitation for Bids No. W912EF-17-B-0001 will be posted to the FedBizOpps (FBO) website approximately around the beginning of December 2017. Bids will be due no sooner than 30 calendar days after the solicitation is issued. See solicitation for details about bid opening. When issued, the solicitation documents for this project will be available at https://www.fbo.gov. The solicitation is set-aside 100% Small-Business Set-Aside. The small business size standard for NAICS 236220 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 4-5 weeks 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 Valerie.K.Reller@usace.army.mil and 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/W912EF18B0001/listing.html)
 
Place of Performance
Address: Natural Resource Management, Clarkston, Washington, 99403, United States
Zip Code: 99403
 
Record
SN04779698-W 20180105/180103230845-8d51260d14af9942eb8c7ff01354f204 (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.