Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2019 FBO #6488
MODIFICATION

Z -- Replace Gate Operating Machinery, East Branch Clarion River Lake, Elk County, PA

Notice Date
8/27/2019
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
1000 Liberty Avenue W.S. Moorhead Federal Building, 22nd Floor Pittsburgh PA 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN19B8009
 
Response Due
9/6/2019
 
Point of Contact
Janie L. Roney, Contract Specialist, Phone 412-395-7474
 
E-Mail Address
janie.l.roney@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers (USACE), Pittsburgh District, has a need of a contract for Gate Operating Machinery Replacement at the Allegheny River Basin, East Branch Lake project located on the Clarion River in Jones Township, in northeastern Elk County, Pennsylvania. The Clarion River is 7.3 miles upstream from its junction with the West Branch of the Clarion River at Johnsonburg, PA. East Branch Dam is an earthen embankment dam with a reinforced concrete water intake tower (Dam Control Tower) located within the reservoir which controls the dam operating gates. The gate machinery is located within the intake tower on the operating floor level, one level above the dam service bridge that accesses the intake tower. The dam service bridge can be used for personnel access to the intake tower, but a floating plant will be needed in order to remove and replace the dam gate operating machinery. The work will involve the removal of three sets of the existing gate operating machinery by use of a floating plant with crane followed by the installation of new gate operating machinery through a roof hatch installed in the roof of the Dam Control Tower at the East Branch Dam, Wilcox, Pennsylvania. The Contractor shall fabricate and install the new gate operating machinery, roof access hatch, replace the roof drains and new EPDM roof on the existing Control Tower. The Contractor shall fabricate and install new link bars and pins between the gate operating machinery and the roller gates. Two sets of the gate operating machinery are stationary and one set is mobile and mounted on crane rails to service both sluices. The Contractor will also replace the crane rails. The new gate machinery will be designed and manufactured to by the Contractor to fit within the site constraints, have an approximate 44 ton hoisting capacity and must weigh less than 19 tons. The Contractor shall fabricate and replace existing floor bar grating and floor hatches within the Control Tower. To facilitate access to the reservoir, the contractor may construct and remove a temporary work platform in the boat launch area to mobilize / demobilize the floating plant. The Contractor will be provided an area on project grounds in the boat launch parking area for storage, parking for worker's vehicles and access to the existing boat launch ramp. Materials to be removed will consist of the existing gate operating machinery, electrical controls, roofing materials, concrete, miscellaneous metals, and small amount of roof drain piping. Materials will be recycled or disposed of at a properly permitted licensed disposal facility. Disposal of materials removed during the performance of the work will be off site and will be the Contractor's responsibility. In order to maintain dam gate operations, only one gate can be removed from service at a time. The contract will be structured to include a base contract and three awardable options. It is anticipated the base contract will include replacement on one gate machinery and related features, installation of the roof hatch, new roof and the construction of the temporary work platform. The first and second awardable option will include replacement on the one gate machinery and related features. The third awardable option will include the removal of the temporary work platform. This procurement is 100% small business set-aside. The NAICS Code is 237990, and a small business size standard of $36.5 M. All responsible bidders are encouraged to participate. The Invitation for Bid (IFB) will be issued approximately July 5, 2019 online only through the Federal Business Opportunities website; therefore, requests for hardcopies of the specifications and drawings will not be honored. In order to receive notification of any amendments to the solicitation, interested vendors must register as such on the www.fbo.gov website. If you are not registered, the Government is not responsible for providing notification of any changes to the solicitation. Contractors must be actively registered in the System for Award Management (SAM) database at the time the bids are due (go to www.sam.gov to register). ATTENTION: For companies new to the Army Corps of Engineers, Pittsburgh District, the link below will take you to a training PowerPoint slide presentation which will provide information essential to new contractors to help them navigate our bidding process. It will also help to make bid-no bid decision as it contains information on what will be required on a Post-Award performance basis - submittals, timelines, deadlines & milestones, necessary paperwork you need to supply, etc. This will help you capture everything needed in your bid so that there are no surprises later on. This training is not mandatory to be considered qualified to bid; it is meant as a means to assist you in becoming better prepared to work with the Corps of Engineers, Pittsburgh District. You can access the training using the link below: http://www.lrp.usace.army.mil/Portals/72/docs/SmallBusiness/Solving%20the%20Mystery%20-Understanding%20USACE%20Pittsburgh%20Contracting%20Process.pptx You may give feedback on the training package to the District's small business specialist using the email address of LRP.SBO@usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN19B8009/listing.html)
 
Place of Performance
Address: East Branch Clarion River Lake, Elk County, PA
Country: US
 
Record
SN05420866-F 20190829/190827230113 (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.