Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOLICITATION NOTICE

54 -- W91237-23-Q-0021 Summersville Intake Cylinders

Notice Date
4/4/2023 6:39:16 AM
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123723Q0021
 
Response Due
4/26/2023 8:00:00 AM
 
Point of Contact
Bret Foley, Phone: 3043995169, Fax: 3043995281, Cynthia A Oxley, Phone: 3043995337
 
E-Mail Address
bret.r.foley@usace.army.mil, cynthia.a.oxley@usace.army.mil
(bret.r.foley@usace.army.mil, cynthia.a.oxley@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Huntington District Corps of Engineers intends to procure a contract for Fabrication of Intake Gate Cylinders for Summersville Lake, Summersville, WV. ��The work to be performed under this contract includes the assembly, testing, painting and delivery.� The hydraulic cylinders are replacing existing cylinders that are currently installed at Summersville Lake which are used to operate intake gates.� The installation of the new cylinders will be done by others and instructions and packaging for long-term storage are to be provided by the Contractor. The cylinders are to have a 16-inch diameter bore, 8-inch diameter cylinder rod, total stroke of 396-1/2 inches and to be suitable for submerged operations in approximately 200 feet freshwater. The cylinder cycles on average 24 times a year and provided design life should be 30 years minimum. The cylinder design and fabrication will include internal position sensors to indicate full extension, retraction positions as well as 50% stroke position. The Contractor is responsible for providing all seals, O-rings, and bearing materials to ensure proper operation of provided cylinders in specified application.� All materials must be compatible with the hydraulic oil specified. All responsive quotes will be evaluated utilizing the following technical factors: (A) Experience Professionally Trained for Type of Work; (B) Capacity to Accomplish the Work in the Required Time (C) Past Performance (D) Cost/Price. Factors A, B and C are of equal importance. The remaining factor (D) is listed in descending order of importance with Factors A, B and C being significantly more important than factor D. All non-price factors are more important than price. Solicitation documents will be available on or about 05 April, 2023, online at https://www.sam.gov. To be eligible for contract award, an Offeror must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov �A NAICS Code of 332312 has been established for this solicitation. The size standard is 500 employees. This procurement is 100% Small Business set-aside. Questions may be submitted to Bret Foley at bret.r.foley@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d38fcdc572743b9a4a4d383edc24408/view)
 
Place of Performance
Address: Summersville, WV, USA
Country: USA
 
Record
SN06639705-F 20230406/230404230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.