Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
DOCUMENT

Z -- Provide all material, labor, equipment, and quality control testing and oversight to install approximately 360 linear feet of cured-in-placed-pipe. - Specification

Notice Date
4/17/2008
 
Notice Type
Specification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Energy, National Security Technologies LLC (DOE Contractor), National Security Technologies LLC, PO Box 98521, Las Vegas, Nevada, 89193
 
ZIP Code
89193
 
Solicitation Number
186137-EM-08a
 
Point of Contact
Edwin L Martin, Phone: 702.295.0563, Jeanette L Matthews, Phone: 702-295-2700
 
E-Mail Address
martine1@nv.doe.gov, matthejl@nv.doe.gov
 
Description
Sources Sought. SUBCONTRACTOR shall provide all material, labor, equipment, and quality control testing and oversight to install approximately 360 linear feet of cured-in-placed-pipe (CIPP). The CIPP is to be installed within 2-each (side by side) 180 linear feet 14 inch by 23 inch class III HE (horizontal ellipse) RCP (reinforced concrete pipe). Video inspect and clean approximately 360 linear feet of 14" x 23" pipeline. The project location is within the Nevada Test Site approximately 120 miles north of Las Vegas, Nevada. The structural capacity of the two existing 180 linear feet, 14 inch by 23 inch Class III horizontal elliptical reinforced concrete pipes is to be increased to accommodate the Lockheed C-130 Hercules with a maximum weight of 155,000 pounds. The C-130 aircraft has a single-tandem wheel configuration with 105 psi tire pressure. Each of the 4 main gear wheels has a maximum load of approximately 36,800 pounds. The CIPP shall be capable of supporting the take-off and landing loads from a C-130 aircraft. The CIPP shall be designed for a minimum 50 year life. In addition, the smooth surface of the CIPP shall increase pipe flow capacity by up to 10% depending on existing line condition. All installation work shall be entirely trenchless and completed within 24 hours for each installation segment. If your firm is interested in receiving a copy of our solicitation when it is available please contact Ed Martin at 702-295-0563 with National Security Technologies (NSTec) immediately. Our solicitation will not be posted to the Federal Business Opportunities website.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b8031dbc012357c604e13aac9a5e518&tab=core&_cview=1)
 
Document(s)
Specification
 
File Name: Statement of Work (2.1 Specification SP-02066-334201 rev_0.pdf)
Link: https://www.fbo.gov//utils/view?id=435c9e6011d3275331b37b1683428890
Bytes: 251.56 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Nevada Test Site, Mercury, Nevada, 89023, United States
Zip Code: 89023
 
Record
SN01555853-W 20080419/080417215542-3b8031dbc012357c604e13aac9a5e518 (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.