SOLICITATION NOTICE
Z -- McNary Dam Above Ground Fuel StorageTank
- Notice Date
- 1/8/2018
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- 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
- W912EF18B0008
- 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
- Service-Disabled Veteran-Owned Small Business
- Description
- The work described herein at McNary Dam shall include but not be limited to the following; The overall purpose of the project is to supply and install a new 8,000 gallon (5,000 gallon diesel/3,000 gallon gasoline with dispensers) above ground fuel storage tank in the warehouse area on the South Shore of McNary Dam, Umatilla, Oregon. Installation will include placing a 10ft by 30ft by 12 inch concrete slab and connecting the fuel storage tank to existing electrical supply. 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 set-aside for Service Disabled Veteran Owned Small Business concerns. Solicitation Number W912EF18B0008 will be posted to the FedBizOpps (FBO) website on or about January 24, 2018. The bid opening date will be contained in the solicitation and any 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. Place of Performance is McNary Dam, Umatilla, Oregon, Umatilla County. This will be a firm fixed-price construction contract. Magnitude of Construction is estimated between $100,000 and $250,000. A bid bond is required in the amount of 20 percent of the total bid price. Performance and Payment bonds in the amount of 100 percent of the total contract price are required. The North American Industry Classification System (NAICS) code for this project is 238910 and the associated small business size standard is $15.0 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 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 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18B0008/listing.html)
- Place of Performance
- Address: 82790 Devore Street, Umatilla, Oregon, 97882, United States
- Zip Code: 97882
- Zip Code: 97882
- Record
- SN04783306-W 20180110/180108230930-b8c961a2c325e884351f2d5917d39af0 (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 |