Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
MODIFICATION

H -- Concrete Core Sampling & Testing - Bald Hill Dam, Valley City, ND - Amendment 1

Notice Date
3/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-18-T-0044
 
Archive Date
4/5/2018
 
Point of Contact
John P Riederer, Phone: 651-290-5614
 
E-Mail Address
John.P.Riederer@usace.army.mil
(John.P.Riederer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Photographs and Additional Information about Baldhill Dam Amendment 0001 The U.S. Army Corps of Engineers - St. Paul District requires a contractor to evaluate the interior concrete condition of the Ogee Spillway at Baldhill Dam, near Valley City, North Dakota. This will be accomplished by drilling vertical core samples within each gate bay. The contractor shall perform on site core drilling and testing, and conduct laboratory testing of the cores. A final report shall be submitted to the USACE-MVP Concrete Materials Engineer. The contractor shall drill a total of twelve (12), 4-inch diamter concrete core cylinders in the locations prescribed in the SOW, each with a depth of 12.80 feet. After core extraction, the core hole shall be completely filled with water, to measure permeability of interior concrete for a duration of 8 hours. The contractor is responsible for filling each core hole with a non-shrink grout, and restoring all surface areas damaged by contractor's operations. Each core sample shall be visually inspected and photographed, and its physical condition noted A full petrographic analysis shall be conducted on three cores. A minimum of three samples from each gate bay (9 total) shall be tested for compressive strength. On-Site activities (core drilling, permeability testing, cleanup & resotration) shall be completed within 60 days of contract award date. Report shall be submitted within 90 days of contract award date. The coordinates of the dam are: 47° 2'9.15"N, 98° 4'52.22"W This is a Request for Quotes (RFQ), which will result in one firm-fixed price (FFP) contract. This solicitation is a 100% small business set-aside NAICS: 541380 Size Standard: $15 million OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management)https://www.sam.gov to include the FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation. For assistance with SAM, contact information is below: SAM by GSA Hours of Operation: Monday - Friday 8am to 8pm ET, U.S. Calls 866-606-8220, Service desk website: http://www.fsd.gov/ Amendment 0001 Added - This amendment adds photographs and information about Baldhill Dam. The amendment also extends the solicitation close date. Please include a signed copy of the amendment (first page) with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-18-T-0044/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Lake Ashtabula Project Office, 2630 114th Ave SE, Valley City, North Dakota, 58072-9795, United States
Zip Code: 58072-9795
 
Record
SN04847686-W 20180310/180308231320-615c0ca632766b6a8718f2c4c23b42ae (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.