Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
MODIFICATION

48 -- THE U.S. ARMY CORPS OF ENGINEERS, HUNTINGTON DISTRICT, ANNOUNCES PROCUREMENT OF FABRICATION, ASSEMBLY, TESTING AND DELIVERY OF A FIXED CONE VALVE, ELECTRIC OPERATOR, AND APPURTENANCES, SUMMERSVILLE DAM, SUMMERSVILLE, WV.

Notice Date
3/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-15-R-0009
 
Response Due
4/9/2015
 
Archive Date
5/9/2015
 
Point of Contact
Eileen Hodges, 304-399-5042
 
E-Mail Address
USACE District, Huntington
(eileen.s.hodges@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation W91237-15-R-0009 Posted 03/10/2015; Responses Due 04/09/2015. Follow links to Solicitation document. The Huntington District Corps of Engineers is procuring the fabrication, assembly, testing, and delivery one fixed cone valve, electric operator, and appurtenant items. The fixed cone valve shall consist of a body, a gate, screw stems, seat rings, and thrust nuts. The operator shall include the floor stand, mounting bracket, shafts, reducer, and screw operating shafts. The valve shall be 106 3/4 quote mark diameter and designed to operate at a head of 350 feet. The valve body shall consist of a cylinder, a fixed internal deflector cone on the downstream end, internal radial vanes, and an upstream flange for attachment to a flanged pipe spool piece. The sealing and sliding surface of each valve body shall be stainless steel. Bearing surfaces of the body upon which the valve gate will slide shall be stainless steel. The valve gate shall be constructed such that the bearing surfaces on the gate which slide upon the valve body shall be bronze to provide a stainless steel on bronze sliding contract bearing surface. The operating gear unit for each valve shall consist of two threaded nut, two jacking screw stems, two bevel gear reducers mounted to the valve body, a miter gear box, drive shafts and one vertical shaft extending into the actuator mounted above the valve. The operating equipment shall consist of a pedestal stand, vertical worm gear reducer, hand operating mechanism, electric motor and control equipment, and visual gate position indicator, and removable support bracket. The valve shall be completely assembled and hydrostatically tested in the shop as well as performance and leakage tested. Field inspection by a representative of the manufacturer shall also be supplied to verify correct installation. The completed valve shall be delivered via tractor trailer with adequate supports to eliminate damage or deformation of the valve during shipment. Contract type is Firm Fixed Price. The NAICS code for this procurement is 332911, which has a size standard of an annual average of 500 employees. The contract will be awarded to the offeror whose proposal conforms to the solicitation and has been evaluated as most advantageous to the Government, all factors considered. All responsive proposals will be evaluated utilizing the following technical factors: (A) Experience; (B) Past Performance; (C) Ability to Provide Resources; (D) Small Business Participation Plan; and (E) Cost/Price. Factors A through D are listed in descending order of importance. All non-price factors, when combined, are significantly more important than cost/price. Solicitation documents will be available on or about 9 March 2015, online at http://www.fbo.gov. To be eligible for contract award, all contractors must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.sam.gov. Questions may be submitted to Eileen Hodges, FAX: 304-399-5281 or Eileen.S.Hodges@usace.army.mil. An FSC code of 4810 and NAICS code 332911 has been established for this solicitation. The size standard is 500 employees. This procurement is unrestricted by socio-economic factors. One original plus three paper copies of your technical proposal must be submitted by the date and time set out in the Solicitation, along with one original plus one copy of your Cost/Price Proposal and Standard Form 33 Documents and Certification/Representations, along with one electronic copy, inclusive of all attachments and formatted in one searchable quote mark.pdf quote mark document. The electronic document shall be sent via email to, quote mark Eileen.S.Hodges@usace.army.mil quote mark by the date and time set out in the Solicitation. Place of performance is Summersville Lake (Nicholas County), West Virginia.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-15-R-0009/listing.html)
 
Place of Performance
Address: Summersville Dam 2981 Summersville Lake Road Summersville WV
Zip Code: 26651-4901
 
Record
SN03663533-W 20150312/150311000147-df5bd19b2bb11488a63b611e9add1d8e (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.