Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

Y -- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Tuttle Creek Tainter Gate Repair Wire Rope at Tuttle Creek located in Riley County, in Manhattan, Kansas.

Notice Date
6/16/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-B-1008
 
Response Due
7/20/2011
 
Archive Date
9/18/2011
 
Point of Contact
WILLIE HODGES, 816 389-3469
 
E-Mail Address
USACE District, Kansas City
(willie.e.hodges@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The work requires a general contractor with experience in disassembly/reassembly of heavy machinery components, operation of heavy cranes (portable type) and rigging, fabrication and installation of flat woven wire rope, non-destructive testing (VT, UT, and MT) of cast steel components (i.e. rope sockets), fabrication of forged eye bolts, removal of paint by media blasting and application of paint per Corps of Engineers specifications and electrical work. Non-destructive testing, media blasting and painting will be performed on the rope drum sockets and lower rope sockets. The required work is for fabrication and delivery of flat, woven wire rope. The Contractor shall deliver an adequate supply of new wire rope to the Corp of Engineers to rebuild all 36 wire rope assemblies for 18 tainter gates. The work is not limited to the above requirement it will consist of fabricating the 76 forged steel eye bolts, and installation of 18 tainter gate motor overload and monitoring relays with all associated hardware and enclosures. The Contractor shall remove both existing wire rope assemblies (one per each side of a tainter gate) from their drums and lower sockets, remove the wire rope from each socket (remove zinc), media blast the sockets, perform non-destructive testing for each socket, install new wire rope onto sockets, media blast and paint the sockets, install rope assemblies onto the drums and gates (using new forged eyebolts at lower gate connection), adjust ropes, and test operate the gate for proper function. It will also be required that spillway lights be installed with all associated hardware. The solicitation will be posted on the Federal Business Opportunity website www.fbo.gov on or about 7 July 2011. Bids will be due approximately 30 days later from posting of the solicitation. The solicitation or any amendments will state the official opening and closing dates and times. Base award/contract with option CLIN's may be awarded at the same time. This solicitation will be issued as an Invitation For Bid resulting in the award of a Firm- Fixed Price (FFP) construction contract. Completion date is estimated to be 1,098 (one thousand and ninety eight) calendar days from notice to proceed (NTP). A site visit is not scheduled at this time. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $500,000 and $1,000,000. The North American Industry Classification System Code (NAICS) is 237990 and the size standard associated with this project is $33,500,000. This solicitation will be a total small business set - aside. The SBA has determined that this project is only open to small businesses. FEDERAL BUSINESS OPPORTUNITY REGISTRATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Amendments will only be available from the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document at the referenced website. CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Bidders are required to complete ORCA requirements prior to submitting their bids. Registration through ORCA can be accomplished at the following website http://orca.bpn.gov. Remember it may take at least 48-72 hours for registration to be approved. Point of Contact: Contractual or Administration Questions contact willie.e.hodges@usace.army.mil Questions of a technical nature contact michael.g.scott@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-B-1008/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02474658-W 20110618/110616234627-b9932c44ae023e9a311314ae9fa8b51e (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.