Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2004 FBO #0775
SOLICITATION NOTICE

Z -- ICE HARBOR REMOVABLE SPILLWAY WEIR, ICE HARBOR LOCK AND DAM, FRANKLIN AND WALLA WALLA COUNTIES, WASHINGTON

Notice Date
1/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-04-R-0010
 
Response Due
3/3/2004
 
Archive Date
5/2/2004
 
Point of Contact
Wenda Maestretti, 509-527-7218
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(wenda.m.maestretti@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTACT INFO: Contract Specialist is Wenda M. Maestretti (509)527-7218; Technical POC is Bob Williams (509)527-7539. To order a CD, interested firms may either: (1) fax requests to Connie Kindelspire at (509)527-7802; (2) email requests to connie. l.kindelspire@usace.army.mil; or (3) register via the Walla Walla Districts web page at (http://www.nww.usace.army.mil/ebs/AdvertisedSolicitations.asp). To guarantee addition to the bidders list, web page registration should be followed up with either a f ax or an email. The Government cannot guarantee a bidder will make it on the bidders list if registration is completed using only the web page. All requests for a CD must contain the following information: company name, address, business size, point of contact with email address, phone number, and fax number. Request for Proposals will be issued on or about February 2, 2004 with proposal closing no earlier than 30 days after issuance of the solicitation. Closing date will be stated in the solicitatio n. DESCRIPTION: SOLICITATION DOCUMENTS, INCLUDING DRAWINGS, WILL BE AVAILABLE ON CD ONLY. The work will consist of construction of a Removable Spillway Weir (RSW) at Ice Harbor Lock and Dam located on the Snake River near Pasco, WA. The RSW will be a floating steel structure weighing approximately 1.6 to 1.8 million pounds, hinged to the face of the dam. It will be approximately 100 feet tall by 70 feet wide (when installed) and will be coated with high-performance submersible coatings. The RSW will have mechanical and electrical systems for controlling its operation. Work on the river bottom upstream of the spillway will include inspection and surveying, and may include debris removal. Transport of the RSW from the Contractors fabrication site to the dam is anticipated to be by towing the RSW as a vessel up the Columbia and Snake rivers and will likely require the support of a Naval Architect. Construction at the dam face is anticipated to require extensive deep diving. A similar project successf ully constructed at Lower Granite Dam can be viewed at http://www.nww.usace.army.mil/rsw/ The solicitation will follow the source selection, Lowest Price Technically Acceptable (LPTA) process and will result in the award of a firm-fixed price constructio n contract. The initial solicitation will request Contractors provide information for technical evaluation and further consideration by addressing their proposed teams technical experience and capability with related types of construction/ fabrication, ha ndling, transportation of major marine structures, and schedule capabilities. Contractors (technically acceptable) will be provided the final detailed plans and specifications. Contract award will be made to the offeror submitting the lowest price. The construction schedule for fabrication, transport and installation is considered aggressive with anticipated schedule milestones and completion date as follows: Contract Award May-June 2004, RSW Transport to Ice Harbor by January 2005, and RSW Installation at Ice Harbor Lock and Dam by February 2005. Time for completion is April 2005. ADMIN INFO: The estimated cost range for this job is more than $10,000,000. This announcement is open to all businesses regardless of size. The North American Industry Cl assification System (NAICS) code is 237990. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28,500,000. Please indicate business size when you are responding. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The intended subcontracting goals are tha t a minimum of 57.2% of the contractors intended subcontract amount be placed with small businesses (SB), 10% with small disadvantaged businesses (SDB), 10% wit h woman-owned small businesses (WOSB), 3% with historically underutilized small businesses (HUBZone), and 3% with service-disabled veteran-owned small businesses (VOSB). The plan is not required with this submittal. In order for contractors to conduct bu siness with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. All responsible sources may submit an offer, which m ay be considered. This synopsis is not a request for proposals, but a notice that a solicitation will be issued. Site visit information will be addressed in the solicitation.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN00501398-W 20040111/040109212023 (fbodaily.com)
 
Source
FedBizOpps.gov 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.