Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

Z -- 2nd Powerhouse, B2 45 Ton Whirly Crane Boom Replacement

Notice Date
8/13/2008
 
Notice Type
Modification/Amendment
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-08-Q-0081
 
Response Due
9/20/2008
 
Archive Date
11/19/2008
 
Point of Contact
Mark Heiller, 503-808-4629<br />
 
Small Business Set-Aside
N/A
 
Description
A Request for Proposal (RFP) utilizing the Best Value Lowest Priced Technically Acceptable method will be issued. Evaluation criteria will be provided in the solicitation, and a single firm fixed-price contract may be negotiated as a result of this procurement. The solicitation for this project will be issued in electronic format on/or about 1 September 2008 with a proposal due date 20 - 30 days after issuance; this solicitation will be posted and available for download at the Federal Business Opportunity (www.fbo.gov). Interested parties are responsible for checking the referenced websites for any update(s). The Government is not responsible for any loss of Internet connectivity or for any parties inability to access the document posted at the referenced websites. Technical Point of Contact is James Calnon The U.S. Army Corps of Engineers (USACE), Portland District (NWP) has a requirement for Bonneville 2nd Powerhouse, B2 45-tom Whirly Crane Boom Replacement. The work includes fabricating a new crane boom, delivering it to the project site, removing the old boom, and installing the new boom. New wire ropes, pins, sheaves, wiring, conduit, and other miscellaneous materials shall be provided. The crane blocks and load cells shall be tested or inspected, and shall be replaced with new if found to be unusable. The steel and other recyclable materials have value as scrap materials, referred to herein as salvage value, and the Government shall be given a credit for the salvage value of certain specified materials that become the property of the Contractor. After assembling the new boom, the crane shall be run through load testing and functional testing to ensure the new boom has been properly installed. The removed boom and materials associated with it shall be removed from the project site, and disposed of off-site. Detailed specification will be inclusive in the solicitation package. A Site Safety and Health Officer (SSHO) shall be provided for all new contracts with this District. For this project, the person that will act as the SSHO is required to have a minimum of 3 years safety work with similar projects and a 30 Hour OSHA construction safety class (or equivalent) taken within the last 3 years. The SSHO may have no other duties for this work except function as the on-site CQC Manager. This procurement is open to both small and large business concerns; large businesses are required to submit a subcontracting plan. The NAICS Code is 33298 and the small business size standard is 500 employees. Large business will be required to submit a small business subcontracting plan. Interested business concerns must be enrolled in the Central Contractor Registry (CCR) at www.ccr.gov to conduct business with the Department of Defense. at James.D.Calnon@usace.army.mil. Administrative matters related to the contract can be addressed by e-mail to Mark Heiller at mark.f.heilller@usace.army.mil. All inquiries regarding this solicitation are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. Bidder Inquiry instructions will be detailed in the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04af0aa3cf902e4196619cab8ff63c94&tab=core&_cview=1)
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR<br />
Zip Code: 97208-2946<br />
 
Record
SN01638883-W 20080815/080813222503-04af0aa3cf902e4196619cab8ff63c94 (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.