Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2002 FBO #0153
SOLICITATION NOTICE

Y -- CONSTRUCTION OF FISH HATCHERY, INTAKE STRUCTURE AND PUMP HOUSE, FORT PECK, MONTANA

Notice Date
5/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACW45-02-B-0018
 
Response Due
6/14/2002
 
Archive Date
7/14/2002
 
Point of Contact
Janice Cook, 402/221-4118
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(jan.m.cook@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 15 May 2002, this office will issue Invitation for Bids for the construction of Fish Hatchery, Intake Structure and Pump House, Fort Peck, MT. Bids will be opened on or about 14 June 2002. This solicitation is unrestricted and open to both la rge and small business participation. Contractors interested in inspecting the site of the proposed work should contact Don Streib, US Army Corps of Engineers, PO Box 208, Fort Peck, MT 59223 Phone 406-526-3411. DO NOT submit requests for plans and specifi cations to the site visit personnel listed above. See 'Ordering' below. The work will include the following: (Approx. quantities) The principle construction tasks consist of the placement of an infiltration gallery and raw water intake structures within the dredge cut area of the Missouri River. The infiltration gallery is comprised of 4 - 40 foot long perforated laterals overlain b y six feet of engineered fill. The infiltration gallery is connected to the pumphouse via a 200 to 250 foot long, 24-inch diameter conveyance pipe. The raw water intake screen is approximately 3 feet diameter and nine feet long, and is also connected to the pumphouse via a separate, 200 to 250 foot long, 24-inch diameter conveyance line. The pumphouse consists of a 30'x 36' structure, with the lower floor elevation located approximately 24 feet below finished grade. Five vertical turbine can pumps are l ocated within the pumphouse. The pumps consist of one - 5000 gpm constant speed drive unit, two - 5000 gpm variable frequency drive pumps, and two - 800 gpm variable frequency drive units. One 600 kW generator will be installed to provide backup power to the pumping units. A three-ton monorail unit will be provided over the pumping units to facilitate maintenance. The estimated construction cost of this project is between $1,000,000 and $2,500,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2002:(a) Small Business: 61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars*. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars*. (d) Severely Disabled Veterans 3.0% of planned subcontracting dollars*. (e) Hubzones 2.5% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 360 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. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.nwo.usace.army.mil/ Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the 'Solicitation Registration' section of the synopsis and click on the link for 'Registering'. You must include the following informatio n: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed. Amendments will be available through the Internet address indicated above. Contractors, Subcontractors and suppliers shall be responsible to check the internet address for amendments.); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-4118. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 221 - 3826 or Specification Section at: (402) 221-4411. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 106 South 15th Street Omaha, NE 68102-1618
 
Place of Performance
Address: US Army Corps of Engineer - Fort Peck Project P O Box 208 Fort Peck MT
Zip Code: 59223
Country: US
 
Record
SN00070415-W 20020504/020502213240 (fbodaily.com)
 
Source
FedBizOpps.gov 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.