Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
MODIFICATION

Y -- Solicitation Notice: Renovation to Structures Including Asbestos Removal at Oahe Dam, SD - Solicitation 1

Notice Date
5/10/2018
 
Notice Type
Modification/Amendment
 
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
W9128F18B0004
 
Response Due
6/12/2018 2:00:00 PM
 
Archive Date
6/27/2018
 
Point of Contact
Jaimie K. Zurek, Phone: 4029952668
 
E-Mail Address
jaimie.k.zurek@usace.army.mil
(jaimie.k.zurek@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation for Renovation to Structures Including Asbestos Removal at Oahe Dam, SD This solicitation is RESTRICTED TO SMALL BUSINESS PARTICIPATION. Return with offer: Information required by section 00 10 00 (SF1442), and section 00 45 00. Site Visit: A site visit is scheduled for 23 May 2018 at 10:00 am. Contractors interested in seeing the site need to make reservation with Jason Taylor at (605) 945-3416 or by e-mail at Jason.R.Taylor@usace.army.mil ProjNet: Technical inquiries and questions relating to technical requirements, bidding procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/ No Later Than ten (10) calendar days before bid opening. All timely questions and approved answers will be made available through ProjNet. See Division 00, Section 00 21 00, Part 1.33.1 (Bidder Inquiry) for instructions on registration for ProjNet Bidder Inquiry Access. The Solicitation Number is: W9128F18B0004 The Bidder Inquiry Key is: BBK5AZ-D6XX6W Project Description: (Approx. quantities) The Oahe Project has identified a need to remove and replace deteriorating panels and insulation in each of the seven hoist motor rooms at the intake structure. The panels and insulation are located on the ceilings and walls in each of the rooms. The materials were tested for asbestos and results show that asbestos is present in the wall panels but not the insulation. It is assumed that the ceiling panels contain asbestos since the design drawing indicate they are ‘cementos.' The basic scope of work for this construction contract will be twofold: demolition and renovation. The demolition phase will include the permitting, abatement/removal, transportation, and disposal of all panels with ACM and all insulation. The Project Office will supply electrical clearance but there will be some level of effort for the contractor to TEMPORARILY move/remove items such as conduit, brackets, etc. It is assumed that the wooden blocking behind the insulation should be acceptable for reuse in fastening the new materials. The nails or fasteners that were used previously will have to be removed. The renovation will include the installation of new insulation and panels that are moisture resistant. Total thickness of the current transite board (3/16") and insulation (1") is 1 and 3/16." The thickness of the replacement panel and insulation cannot exceed the prior thickness due to the presence of conduit, equipment, etc. that is off set from the walls. The estimated construction cost of this project is between $500,000 and $1,000,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 240 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement for Representations and Certifications Application (ORCA) is now located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. 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 to SAM. ALERT: If you are registering a new entity in SAM.gov, you must provide an original, signed notarized letter stating that you are the authorized Entity Administrator before your registration will be activated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18B0004/listing.html)
 
Place of Performance
Address: 28563 Powerhouse Road, Pierre, South Dakota, 57501, United States
Zip Code: 57501
 
Record
SN04918637-W 20180512/180510230822-3b83254658fd370a6a4881fc0fc33e5c (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.