Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
MODIFICATION

95 -- RECOVERY--95--PROJECT NUMBER 330592, Fabricate and Install Main Lock Miter Gate for Locks 27

Notice Date
5/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P910R0738
 
Response Due
9/30/2010
 
Archive Date
11/29/2010
 
Point of Contact
Treniece Stith, 314-331-8520
 
E-Mail Address
USACE District St. Louis
(treniece.s.stith@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, St. Louis District, is seeking firms to Fabricate and Install Main Lock Miter Gate for Locks 27. The work consists of fabricating, delivering, and installing a replacement main lock miter gate for Locks 27 located at Granite City, Illinois. The miter gate consists of a right and left hand leaf that are opposite hand but otherwise identical. Each miter gate leaf is fabricated of structural steel, approximately 70 ft. tall, approximately 61 ft. wide and weighs approximately 475,000 lbs. The miter gate contains fracture critical members and shall be fabricated in accordance with American Welding Society (AWS) Bridge Welding code D1.5. The fabricating plant and fabricator shall be certified under the American Institute of Steel Construction (AISC) Quality Certification Program Major Steel Bridge (CBR) category with Fracture Critical Endorsement and Sophisticated Paint Endorsement. The miter gate is required to be delivered via barge to Locks 27. Installation work consists of setting Government furnished lock bulkheads, lock dewatering, alterations to existing miter gate to facilitate removal, existing miter gate removal and disposal, miscellaneous lock repairs, installation and adjustment of replacement miter gate, lock rewatering and bulkhead removal. A Request for Proposal (RFP) will be available on or about June 04, 2010. There will be no public bid opening. The solicitation will consist of two phases. Phase I will consist of the fabrication and Phase II will consist of the installation. This requirement is 100% small business set-aside. The NAICS Code is 332312 and the small business size standard is 500 employees. Evaluation and award of the solicitation will be based on the evaluation criteria stated in the Request for Proposal. The basis for award will be Best Value utilizing the Trade-off process. For changes to the issue date or any other changes to the information in this synopsis, potential offers are responsible to check the information at www.fedbizopps.gov/. This solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov/. The Government will not provide paper copies of the solicitation or the Interested Vendors List (IVL). Telephone, written, facsimile, or e-mail requests for the solicitation package or the IVL list will not be honored. Potential offerors MUST register at www.fedbizopps.gov/, in order to receive notification and/or changes to the solicitation. The IVL will be activated and may be accessed and printed from this wed site. Prospective offerors who would like their company name included on the Bidders Mailing List (plan holders list) may do so on the FedBizOpps website under IVL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for proposal preparation costs. Be advised that all interested parties MUST be registered in the Central Contractor Registration (CCR) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register on-line at http://www.ccr.gov/index.cfm. To register with ORCA, you may go on-line at http://www.bpn.gov/orca/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3ccc1474939e7c6d42bbd2088835843)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02157157-W 20100523/100521235626-a3ccc1474939e7c6d42bbd2088835843 (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.