Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2022 SAM #7658
SOLICITATION NOTICE

Y -- Dewatering Sump Piping and Valve Replacement

Notice Date
11/16/2022 7:29:46 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F23B0001
 
Response Due
10/28/2022 12:00:00 PM
 
Point of Contact
Robert Turner, Phone: 4029952612, Jessica R. Jackson
 
E-Mail Address
robert.j.turner@usace.army.mil, jessica.r.jackson@usace.army.mil
(robert.j.turner@usace.army.mil, jessica.r.jackson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A FORMAL SOLICITATION. This announcement constitutes a PRE-SOLICITATION notice in accordance with FAR Subpart 5.2. This PRE-SOLICITATION replaces W9128F22B0019. On or about 28 September 2022, the U.S. Army Corps of Engineers, Omaha District intends to issue a solicitation for �Dewatering Sump Piping and Valve Replacement�. The solicitation will close on or about 28 October 2022. This solicitation is TOTAL SMALL BUSINESS SET-ASIDE (FAR 19.5). Site Visit: A Site Visit will be scheduled and additional information regarding the site visit will be provided in the solicitation. The site visit is tentatively scheduled for 30 Novem ber 2022 at 0900 CST at: 33573 NORTH SHORE RD (At the Parking Lot) Fort Thompson, SD 57339. DESCRIPTION OF WORK: Dewatering Sump Piping and Valve Replacement The work required will supplement the existing mitigation system and reduce the likelihood of potential unit outages caused by equipment failure, and to meet the updated safety requirement.� Contractors must replace all submerged plumbing accessible from the dewatering sump area in-kind, including significant items like the 18� x 18� x 24� side anchor tee, 18� 90-degree base elbow, and 18� x 12� 90-degree elbow.� All ladders, walkways, and supports will be repaired and replaced by the contractor.� This will include the installation of new walkways and ladders and the establishment of new anchor points.� The contractor will replace all valve actuators, including valve linkages and reach rods, and the contract includes all labor required to install these components.� Various attachment points may need replacement, such as pipes and expansion joints near the valve and pump attachments.� Updated Sump Level Controllers (Transducers and PLCs), Flow Switches for the pumps, and a rooting/cleaning review of the drainage headers are all issues that need to be evaluated. The duration for this effort is for 548 days from date of award. MAGNITUDE OF CONSTRUCTION: The estimated magnitude of construction for this project is between $1,000,000 and $5,000,000. NAICS Code: The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is 237990, Other Heavy and Civil Engineering Construction, with a size standard of $39.5 Million. Please be advised of on-line registration requirements in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual Representations and Certifications. Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update. Contracting Office Address: USACE Omaha District� 1616 Capital Ave, Omaha, NE 68102-4901 Point Of Contact: All questions regarding this pre-solicitation should be made to the Contract Specialist, who can be reached by email: robert.j.turner@usace.army.mil, Place of Performance: Fort Thompson, SD. Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database (https://sam.gov) exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via SAM.gov. Registration is required to access solicitation documents. SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b8cb67a91a44f25ad8d62a7fa98863a/view)
 
Place of Performance
Address: Rapid City, SD 57339, USA
Zip Code: 57339
Country: USA
 
Record
SN06519395-F 20221118/221116230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.