Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

Y -- Gavins Point Spillway Bridge Repair and Paint

Notice Date
5/22/2024 8:31:11 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
W9128F24B0011
 
Response Due
7/8/2024 12:00:00 PM
 
Archive Date
07/23/2024
 
Point of Contact
Brianna Wohlers (Boehne), Jessica R. Jackson
 
E-Mail Address
brianna.boehne@usace.army.mil, jessica.r.jackson@usace.army.mil
(brianna.boehne@usace.army.mil, jessica.r.jackson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
On or about 6 June 2024, the Government intends to issue the Step-One Invitation for Bid (IFB) ��Gavins Point Spillway Bridge Structural Repairs and Paint, Gavins Point, SD�.� The Step-One IFB will close on or about 8 July 2024.�� This is a Small Business Set-Aside.��� Site Visit (only include if applicable): A Site Visit will be scheduled and additional information regarding the site visit will be provided in the solicitation via FAR Clause 52.236-27. ��The site visit is tentatively scheduled for the week of 17 July 2024. Project Description:� The requirement for this project is the comprehensive restoration and protection of structural and surface elements of a hydraulic structure, aimed at ensuring its long-term integrity, functionality, and safety. This encompasses a series of specific tasks designed to address existing deficiencies and prevent future deterioration. These tasks include (but may not be limited to): 1. Repair of about 28 corroded or distorted stringer connections; 2. Repair of cracks in Pier 2 concrete; 3. Replacement of broken alignment bolts at the expansion joint in the beam supporting the monorail; and 4. Removal of an existing failed paint system along with underlying corrosion; The Contractor will be required to commence work upon receipt of contract award and complete the work 547 days after receipt of Notice to Proceed, this is subject to change after IFB issuance.� Estimated Construction Costs: The estimated construction cost of 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, Heavy and Other Civil Engineering Construction, with a size standard for Small Business of $45M. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via System for Award Management (www.SAM.gov). Find solicitation announcement in SAM.gov (www.SAM.gov) Use the �Quick Search� to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Find Opportunities� (large arrow in the middle of the page) or use the �Opportunities� tab followed by the �Advanced Search� tab.��� By using the �login� feature, it allows additional search features and allows you to keep your searches.� Login might be required on some solicitations that are considered restricted. Once you have located your project, click on link to solicitation to view the project.� Files may be downloaded from the column on the right side reading �All Files� or from the �Packages� tab. If you want other vendors, sub-contractors or contractors to contact you, click on the �Interested Vendors� tab and then �Add me to Interested Vendors� link at the bottom of the page.� Contracting Office Address: USACE Omaha District,�1616 Capital Ave,�Omaha, NE 68102-4901 Point Of Contact: All questions shall be submitted on ProjNet.� ProjNet access, and additional guidance, will be given at time of IFB issuance.� Place of Performance: Gavins Point Project, Yankton, South Dakota Note:� Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM.� Representations and certifications are required to be up-dated 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03508dfb6bc34852a9dd322fbec7f30b/view)
 
Place of Performance
Address: Yankton, SD 57078, USA
Zip Code: 57078
Country: USA
 
Record
SN07073340-F 20240524/240522230046 (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.