Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

Z -- Industrial Painting and Structural Repair MATOC

Notice Date
4/13/2018
 
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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-18-R-0038
 
Point of Contact
Jessica R. Jackson, Phone: 402-995-2052, Lee McCormick, Phone: 402-995-2084
 
E-Mail Address
jessica.r.jackson@usace.army.mil, lee.m.mccormick@usace.army.mil
(jessica.r.jackson@usace.army.mil, lee.m.mccormick@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Industrial Painting and Structural Repair W9128F-18-R-0038 THIS IS NOT A FORMAL SOLICITATION. This announcement constitutes a PRE-SOLICITATION notice in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Omaha District intends to issue a solicitation for a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Industrial Painting and Structural Repair within the USACE Northwestern Division consisting of the following states: South Dakota, North Dakota, Montana, Nebraska, Western Iowa, Kansas, Missouri, Colorado, Wyoming, Idaho, Oregon, and Washington. The requirement will be solicited as a SMALL BUSINESS (SB) SET-ASIDE utilizing the North American Industrial Classification System (NAICS) code of 237990, Other Heavy and Civil Engineering Construction, with a size standard of $36.5M. A formal solicitation via a Request for Proposal (RFP) in accordance with FAR Part 15, Contracting by Negotiations will be issued within 15 days to 45 days from the publication date of this announcement. The estimated dollar value of this acquisition is $49.9MIL. The basis for award and evaluation factors will be in accordance with the evaluation criteria outlined in the solicitation. The Government intends to award up to six basic contracts as a result of this solicitation. The duration will not exceed 5 years consisting of a base period of three (3) years and a two (2) one year option period. Task Orders of varying dollar amounts will be awarded within a period extending up to five years. Contractors shall be required to perform to the individual scopes of work, but in general the type and nature of the requirements will be in accordance with the "Project Description" section within this announcement below. Project Description: Work will include painting and repair of steel structures on locks and dams as well as associated repair of concrete, mechanical components, and electrical components. Types of structures to be repaired include bridges, spillway gates (tainter and vertical lift), miter gates, bulkhead gates, powerhouse intake gates, stop logs, trash racks, lifting devices, penstocks, surge tanks, and other similar items. The contractor will not be required to act as the Engineer of Record for any task orders, although some incidental design may be specified. Some or all work may be required to be completed at the project site. Work areas may be difficult to access, requiring entrance of confined spaces, traffic control, construction of scaffolding, and/or facilitating access by crane/lift. Task orders for this contract will require some or all of the following types of work. 1) Non-destructive testing (NDT) of steel and welds 2) Containment and disposal of emissions/debris 3) Paint removal 4) Structural steel repairs 5) Concrete repair 6) Repair/replacement of mechanical components 7) Repair/replacement of electrical components 8) Painting 9) Localized dredging Please be advised of on-line registration requirements in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual Representations and Certifications. Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update. Solicitation documents will be posted to the web via Federal Business Opportunities (Fed Biz Ops) (www.fbo.gov). Registration is required to access solicitation documents. Fed Biz Ops provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Veteran's Employment Emphasis for U.S. Army Corps of Engineers Contracts. In addition to complying with the requirements outlined in FAR Clause 52.222-35, Equal Employment Opportunity for Veterans; all U.S. Army Corps of Engineers (USACE) contractors and sub-contractors at all tiers are encouraged to promote the training and employment of U.S. Veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified Veterans to perform services under this USACE contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs - VOW to Hire Heros Act http://benefits.va.gov/vow/ Contractual questions concerning the solicitation should be directed via email to the Contract Specialist, Jessica Jackson at Jessica.R.Jackson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-R-0038/listing.html)
 
Place of Performance
Address: US. Corps of Engineers, Northwest Division, United States
 
Record
SN04889358-W 20180415/180413230838-9e9c256d0daaa2b44706522aa16c23c1 (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.