Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

Z -- BARKLEY DAM TAINTER GATE PAINTING, GRAND RIVERS, LYON COUNTY, KY

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-12-B-0006
 
Response Due
8/16/2012
 
Archive Date
10/15/2012
 
Point of Contact
Heather Keeling, 615-736-7939
 
E-Mail Address
USACE District, Nashville
(heather.d.keeling@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: Added: June 27, 2012 PURPOSE: The Nashville District U.S. Army Corps of Engineers intends to issue an Invitation for Bid (IFB) solicitation for Barkley Tainter Gate Painting, Grand Rivers, Lyon County, Kentucky. This is a Presolicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: Barkley Dam is located at river mile 30.6 above the mouth of the Cumberland River in Western Kentucky. The Dam is adjacent to the town of Grand Rivers, KY along State Highway 62. The Dam is comprised of two embankment sections, a navigation lock, a powerhouse, and a spillway section. The spillway section is made of 12 tainter steel gates each 50 feet tall by 55 feet wide mounted on concrete spillway piers. The gates are operated by overhead machinery. The spillway section also includes an overhead gantry crane which is used to move bulkheads for unwatering and performing maintenance on the gates. The project includes only enough bulkheads to unwater one gate at a time. Access to the tainter gates is best from the east side at the powerhouse. The 12 tainter gates have many areas of light corrosion and a few areas of heavier corrosion. The upstream skin plate paint does not contain lead. Downstream skin plate, strut arms, diagonal bracings, stiffeners, vertical ribs, trunnion anchor beams and other coated metal on the gate contain lead. The work covered by this contract includes surface preparation and coating of the spillway gates. The Contractor shall also remove and dispose of all wood, tires, buoys or other debris collected on the gates. The Contractor shall provide all materials, equipment, and labor necessary to complete the work and ensure that the spillway gates and appurtenant areas are clean and ready for operation. The Contractor shall also be responsible for disposing of any materials removed from the gates during this work. The bid schedule is set up with the base bid to include gates 1, 3, 10, 11, and 12 and each of the remaining gates is set up as an option. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 237990 with a size standard of $33,500,000. TYPE OF SET-ASIDE: The solicitation will be a total small business set-aside. SOLICITATION AND CONTRACT TYPE: It is anticipated from the Invitation for Bid Solicitation to award one Firm-Fixed Price Construction Contract to the responsive responsible bidder. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or about July 18, 2012. The plans and technical specifications will be available at the time of solicitation release. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors must be successfully registered in the CCR, www.ccr.gov, in order to receive a Government contract award. ON-LINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs available on-line in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. The project location has special security requirements that will be identified in the solicitation. These special security requirements may be more stringent than what is normally required for work on Federal projects. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Heather Keeling, telephone: 615-736-7939, fax: 615-749-6025, email: Heather.D.Keeling@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the Solicitation number, company name, address, email address, phone number including area code, facsimile number, and point of contact. Contracting Office Address: USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070 Place of Performance: Barkley Dam 200 Barkley Dam Overlook Grand Rivers, KY 42045 US Contract Specialist: Heather Keeling, Telephone: 615-736-7939, email: Heather.D.Keeling@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-B-0006/listing.html)
 
Place of Performance
Address: USACE District, Nashville - Barkley Dam 200 Barkley Dam Overlook Grand Rivers KY
Zip Code: 37202-1070
 
Record
SN02788106-W 20120629/120627235901-50e31b14c56829f248a42ab28c5eff64 (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.