Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

Z -- Rehabilitate Spillway Gates, Fort Peck, Montana

Notice Date
5/30/2012
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-R-0058
 
Response Due
6/28/2012
 
Archive Date
8/27/2012
 
Point of Contact
John H. Tucker II, (402)995-2824
 
E-Mail Address
USACE District, Omaha
(john.h.tucker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Omaha District, US Army Corps of Engineers is seeking business members that qualify under the North American Industry Classification System (NAICS) Code 238320 - Painting and Wall Covering Contractors. On or around 15 June 2012, the Omaha district will advertise Phase 1 of a Two Phase Best Value Design-Build Request for Proposal project valued from approximately $7.5 to $10.0M. The Phase 1 solicitation will close on or about 28 June 2012. In Phase 1 of the 2 phase design-build selection procedure, interested firms or joint venture entities (referred to as "offerors") submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria contained in the Phase 1 RFP and will short-list up to four (4) of the Phase 1 Offerors to compete for the design-build contract in Phase 2. An abbreviated Phase 1 proposal will only require the qualifications of the prime contractor and design entity. This abbreviated schedule is necessary to make award by the end of the fiscal year. Phase 1 Offerors will be asked to submit three (3) project examples that most clearly demonstrate construction experience on similar projects and three (3) project examples that most clearly demonstrate the prime design entity's experience on similar projects. For each submitted project example, the Offeror should submit either a Construction Contract Administration Support System (CCASS) performance evaluation rating, a completed DD2626 (for construction) or DD2631 (for design), (blank Form DD2626 and Form DD2631 can be obtained by emailing john.h.tucker@usace.army.mil or the following websites: http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd2626.pdf and http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd2631.pdf) or another past performance data rating sheet that contains rating categories and materials similar to that shown on Form DD2626 (for construction) or Form DD2631 (for design). A blank Form DD2626 and Form DD2631 are provided to allow interested Offerors the opportunity to request performance appraisals in advance of receiving the full solicitation. There will be no site visit for the Phase 1 RFP. Site visit information, including date, time and meeting location, will be provided to the Phase 2 Offerors in the Phase 2 RFP. Offerors in Phase 2 will have 30 days to submit a proposal for subcontractors, project management plan, utilization of small business, and price. Project Description: Work shall include the complete rehabilitation of steel vertical lift gates at Fort Peck Dam, Montana. There are 16 gates that measure 40 feet wide by 25 feet high. Work shall include but not be limited to: visual Hydraulic Steel Structure (HSS) inspection of stoplogs and vertical lift gates, 3-D modeling and analysis utilizing STAAD.Pro software, non-destructive testing, structural repair design, welding (per AWS D1.5M/D1.5), corrosion repair, sandblasting, lead-based paint removal over/near water, wire rope replacement, concrete spall repair, gate seal replacement, concrete construction joint material replacement, cathodic protection removal and installation, and design and replacement of hoist controls and switches. This work may be subcontracted out to other specialty contractors, as required. The Fort Peck project office has one set of spillway stoplogs (16 total measuring 4 feet high by 43 feet wide). There is the potential that only one or two gates can be isolated at a time due to stoplog configurations. Therefore, work shall be sequenced to be performed while the stoplogs are in place. The contractor shall have the option of fabricating temporary stoplog structures and/or working multiple shifts. Painting work shall include sandblasting spillway gates and associated features to commercial blast, preparing the final surface to SSPC 5 (white metal) and final coating the gates with a vinyl (5-E-Z) coating system with a zinc primer. Work may require the use of scaffolding, snooper crane and harness access. Contractor shall be responsible for dewatering, if required. There will be approximately 1000 square feet of paint required per side per gate with additional quantities for other related features. Taking gates off-site is prohibited. Work may require grinding of new holes for drainage including a structural analysis for altering the gate. Experience in design/analysis of Hydraulic Steel Structures (HSS) is required. Inspection of the structural integrity of the structural members of the gates, including the skin, will be required. Analysis and design of structural repairs and/or replacement of structural members that have been damaged, or severely corroded, may be required. The painting of the gate and associated features is considered the most critical aspect of this project. The painting subcontractor (or the Contractor if work is to be self performed) will be required to show successful completion of similar projects utilizing 5-E-Z vinyl painting system. The painting subcontractor (or the Contractor if work is to be self performed) shall have the following painting qualifications: QP-1 and QP-2 Contractor Certification. Qualification requirements may be amended at a later date. Coating contractor shall be required to hire an independent third party inspector that is NACE-CIP 3, PCS or SSPC-PCI 3 certified. Work in confined spaces may be required. Please note: Other contractors may be performing work simultaneously in the same general vicinity of the gate work. The Contractor shall cooperate and coordinate with other contractors and dam personnel as necessary in the interest of timely completion of all work. Bidders - Offerors: Please be advised of on-line registration requirement in Central Contractor Registration 'CCR' database https://www.bpn.gov/ccr/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications 'ORCA' at https://orca.bpn.gov/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities: https://www.fbo.gov/. Find solicitation announcement in Fed Biz Opps: https://www.fbo.gov/ 1. Use the 'Keyword/Solicitation #' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Opportunities' tab followed by the 'Advanced Search' tab. 2. By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions regarding contractual matters should be made to the Contracting Specialist, John Tucker, at 402-995-2824. Telephone calls regarding Small Business matters should be made to: 402-995-2910.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-R-0058/listing.html)
 
Place of Performance
Address: Fort Peck Dam - USACE Fort Peck Lake Office P.O. Box 208 Fort Peck MT
Zip Code: 59223
 
Record
SN02761041-W 20120601/120530235449-7368a95a2a6e8d366cfd0732f855d0f6 (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.