Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

95 -- Seven each Manatee Protection Screens

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-06-T-0036
 
Response Due
8/16/2006
 
Archive Date
10/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Manatee Screen for Spillway S-80 1. Scope Furnish all labor, equipment, and material to fabricated seven (7) Manatee Protection Screen per drawing 02-06-HWM 01 thought 02-06-HWM-14. This is to include abrasive blasting and painting all components in accordance with the following specifications and requirements. 2. Products: a. Welding All components to be welds should conform to the standards laid out by AWS. b. Painting Paint shall be two-component epoxy paint system, suitable for water immersion, and shall meet the requirements of Military Specifications (MS) MIL-P-24441 or shall meet performance equivalent. Primer (First Coat) to meet Formula 159; the second and third c oats meet Formula 151. Thinner and amounts used shall be as recommended by the paint manufacturer. The primer coat shall be visually distinguishable in color from the second coat to ensure that all surfaces are properly coated with the specified number of paint coats. The second coat shall be haze grey and the finished coat shall be aluminum in color. Abrasive blasting material shall conform to the Steel Structure Painting Council Specification (SSPC) AB1. Particle size and gradation shall be such to produc e a surface profile of 1.5 to 2.5 mils, as measured by ASTM D 4417, method C and an angular profile shall not be used. 3. Execution: a. Welding If flame cut was used all area of the cut to a minimum of 1 away should be ground to bright metal. All surfaces to be weld should be brought to bright metal to a minimum of 1 away from joint to be welded. All deposits of grease or oil shall be removed by solvent cleaning and ground to bright metal prior to flame cutting and welding. Upon completion of the welding process all slag and splatter shall be removed. b. Painting Surface shall be clean before applying paint or surface treatment. Any deposits of grease or oil shall be removed by solvent cleaning prior to abrasive blasting. All surfaces shall be dry-blast cleaned to white metal grade. Abrasive blasting shall be performed only when the relative humidity is below 80 percent, and only to surfaces that are 5 degrees Fahrenheit above the dew point temperature, greater than 65 degr ee Fahrenheit and less than 95 degrees Fahrenheit. Surfaces shall be dry before starting and during abrasive blasting and completely free of moisture as determined by sight and touch. Paints shall be thoroughly mixed, strained where necessary, and kept at a uniformed composition and consistency during application. Each coat shall be applied in a manner that will produce an even, continuous film of uniform thickness, free from holidays, pinholes, b ubbles, runs, drops, ridges, waves laps and variations in color, texture and gloss. Paints shall be applied only when the relative humidity is below 80 percent, and only to surfaces that are 5 degrees Fahrenheit above the dew point temperature and completely free of moisture as determined by sight and touch. The temperature of the surfaces to be painted and of air contact shall be greater than 50 degree Fahrenheit and less than 100 degrees Fahrenheit during paint application. Paint shall be applied by conventional type (Air Atomization) spray. Airless spray equipment is prohibited. Special attention shall be directed toward ensuring adequate coverage of edges, corners, crevices, pits welds, and similar surfaces irregularities. Surface that have been clean and or otherwise prepare for painting shall be primed as soon as practicable after such preparation has been completed but in ant event, within 8 hours maximum of the start of surface preparation and prior ant deterioration of the prepare surface. Primer shall be applied with a single half-lapped spray coat to an average minimum dry film thickness of 2.0 mils, and a thickness at any point of not less than 1.5 mils. The second and third coats shall be applied to produce an averag e dry thickness of 7.0 mils. Completed screens shall not be handled until th e paint coat is fully dry and hard (Minimum of at least three calendar days). Any nicks and/or scratches on the painted surface prior to acceptance shall be touched up and dried. THIS IS A 100% SMALL BUSINESS ACQUISITION. ALL RESPONSIBLE BIDDERS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the Federal Technical Data Solutions (FedTeDS) website at hhtps://www.fedteds.go v/. There is a VENDOR USER GUIDE available on the FedTeDS website. in order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://w ww.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. You must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from this solicitation. Call 1-800-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in OnLine Representations and Certifications Applications (ORCA) in order to recieve an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code is 332312 and the Small Business size standard is 500 employees. To obtain the 14 drawings, contact the Contract Specialist directly (david.o.pritchett@saj02.usace.army.mil) for an e-mail or fax transmission of the drawings.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01095203-W 20060723/060721221454 (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  © 1994-2020, Loren Data Corp.