Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2013 FBO #4393
SOLICITATION NOTICE

54 -- Personnel Hoist Systems for Ice Harbor Lock and Dam

Notice Date
12/2/2013
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-14-B-0001
 
Response Due
1/23/2014
 
Archive Date
2/22/2014
 
Point of Contact
Camilla Allen, 509-527-7213
 
E-Mail Address
USACE District, Walla Walla
(camilla.allen@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address:US Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla WA 99362. Subject: Pre-solicitation notice for the supply of a Draft Tube Access Assembly and a Scroll Case Personnel Hoist System. Proposed solicitation number: W912EF-14-B-0001 Closing response date: approximately 5 weeks from the date the solicitation is issued. Point of contact: Cam Allen, Contract Specialist, at (509) 527-7213 or email, camilla.allen@usace.army.mil. Description of Requirement: This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation has been scheduled to be released via FedBizOps (www.fbo.gov) on or about December 19th 2013 detailing requirements for the fabrication and delivery of draft tube and scroll case personnel hoist systems for Ice Harbor Dam. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The approximate size of the draft tube hoist frame is 8.5 feet tall by 5 feet long by 2.5 feet wide incorporating hollow steel sections, plates made of steel, and aluminum. This work involves welding according to AWS D1.1 and AWS D1.2, painting with epoxy paint, and providing a hoist with cable capable of meeting personnel lift requirements. The scroll case hoist frame is up to 14 feet tall by 5 feet wide by 7 feet long incorporating hollow steel sections, steel plates, and piping. This work involves welding according to AWS D1.1, painting with epoxy paint, providing a hoist and cable capable of lifting personnel and equipment, and providing a man-basket with design meeting geometric constraints of the scroll case access. Welding may consist of fillet welds, partial penetration welds or full penetration welds. Fabrication will be completed off site. The Corps of Engineers will install the systems. The Contractor will provide training to Corps of Engineers employees on the assembly of the structures. Certification requirement: This project requires the fabrication shop to be certified by the American Institute of Steel Construction (AISC) under one of the following categories: Building QMS Certification, Bridge QMS Certification or Standard for Bridge and Highway Metal Component Manufacturers. This certification must be kept current for the duration of the fabrication process. Important Note: The FBO response date listed elsewhere in this synopsis is for FBO archive purposes only. It does not necessarily reflect the actual proposal closing date. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. Set aside status: The solicitation is scheduled to be issued as a 100% Small Business set aside. The North American Industry Classification System code for this requirement is 332312 and the size standard is 500 employees. Conducting business with the Government: In order for Contractors to conduct business with the Department of Defense, the Contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. By submission of a quote, the Contractor acknowledges the requirement to be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this requirement will be accessible via Federal Business Opportunities at www.fbo.gov. No CDs or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the documents posted at the referenced website. Prospective offerors are responsible for checking for any update(s) to the Notice. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your quote mark Watch list quote mark.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-14-B-0001/listing.html)
 
Place of Performance
Address: USACE, Walla Walla District 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03243730-W 20131204/131202234304-02754bf91219188da829ba157bf70ad3 (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.