Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

Y -- Construct Reinforced Concrete Bulkhead at Unit 4 Intake within West Point Powerhouse

Notice Date
4/13/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127818R0062
 
Archive Date
4/13/2021
 
Point of Contact
Chanda D. Strenth, Phone: 2514415595, Sara G. Logsdon, Phone: 2516903347
 
E-Mail Address
chanda.d.strenth@usace.army.mil, sara.g.logsdon@usace.army.mil
(chanda.d.strenth@usace.army.mil, sara.g.logsdon@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Mobile District Corps of Engineers has a need for a construction contract for the construction of a reinforced concrete wall at three locations immediately downstream of the Unit 4 intake bulkhead at West Point Power House. Each wall is 12'-6" thick, 17' long, and 33' tall. The wall will be tied to the existing powerhouse structure with steel dowels and two water-stops will be installed to insure water tightness. Construction will be challenged by the physical location of these walls and bringing construction material into the project site. In order to access Unit 4 intake and redefine the workspace from confined to open, the contractor will have to remove two pre-stressed double Tee that are roughly 8 feet wide by 40 feet long. The contractor shall be responsible for removing the double Tees and the construction and subsequent removal of a temporary secondary means of egress. The existing overhead crane in the powerhouse will be available to move construction materials in and out of the Unit 4 cavity. The crane will be operated by government personnel. The contractor shall coordinate the need for the crane and associated logistics at least two days prior to the need with the powerhouse supervisor. Any powerhouse project or maintenance activity requiring the crane take precedence over the contractor's use of the crane and cannot be used as the basis of a claim. It is anticipated that a firm-fixed price contract will be awarded based on FAR Part 15 "best value" procedures. This procurement is eligible to 8(a) firms having a bona fide office located in Region IV; including Georgia, Alabama, South Carolina, Florida, Mississippi, Kentucky, North Carolina and Tennessee Only. Joint Ventures are allowable on competitive 8(a) set-asides; however, the joint venture agreement package or email notifications of bid submittal by the joint venture must be received by SBA prior to proposal due date and the Joint venture agreement must be approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. The construction duration is set from 1 year after notice to proceed is issued. A site visit/proposal conference will be held at a predetermined date at the project site. All questions regarding the solicitation will be facilitated utilizing the ProjNet automated database. The solicitation package will be available for download on or about May 14, 2018. The solicitation will only be issued as a direct download at the following website: https://www.fbo.gov. All offerors must be registered in Systems for Award Management (SAM) before they will be allowed to download solicitation information. The solicitation will not be provided in a printed paper format, however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. Therefore, it is the offeror's responsibility to check the website for solicitation posting and any changes to this solicitation. Those registering are responsible for the accuracy of the information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127818R0062/listing.html)
 
Place of Performance
Address: West Point Power Project, West Point Georgia, United States
 
Record
SN04888511-W 20180415/180413230533-19ac3f29cabe66138f193037830a7ff1 (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.