Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
MODIFICATION

Z -- McNary Lock and Dam Temporary Spillway Weir Stands

Notice Date
12/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF15B0005
 
Response Due
1/13/2015
 
Archive Date
2/12/2015
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214
 
E-Mail Address
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Project: McNary Lock and Dam Temporary Spillway Weir Stands The proposed project will involve the fabrication and installation of two hoist stands, to include ladder extensions. These stands are used to lift the upper gate that allows water to flow over the top of the Top Spillway Weirs (TSW) which is a surface bypass structure fitted into a spillway bay to create quote mark spill quote mark that originates at the surface of the forebay. Approximate dimensions are 59 feet long, 8 feet tall and 8 feet wide. Material composition is various steel elements including hollow steel sections and wide flange beams. Welding requirements are in accordance with AWS D1.1. Each stand will need to be anchored into the concrete using epoxy anchors. Place of Performance is at the McNary Lock and Dam located near Umatilla, Oregon, Umatilla County. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Solicitation is 100% set-aside for small business concerns. Solicitation Number W912EF-15-B-0005 will be posted to the Federal Business Opportunities (FBO) website on or about 02 February 2015. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. Construction magnitude is estimated to be between $250,000 and $500,000. A bid bond is required in the amount of 20 percent of the total bid price. Performance and payment bonds in the amount of 100 percent of the contract price are required. The North American Industry Classification System (NAICS) code for this work is 237990, Other Heavy and Civil Engineering Construction. The small business size standard is $36,500,000 in average annual receipts. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders 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 document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me To Interested Vendors quote mark button in the listing for this solicitation on FedBizOpps.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to hillary.a.morgan@usace.army.mil and devon.s.shelley@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF15B0005/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03606807-W 20150102/141231233705-439a38d80debf57e7b831434d56c0df1 (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.