Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOURCES SOUGHT

Z -- Mill Creek Diversion Gate 4 Jib Crane and Concrete Pads, Walla Walla, WA

Notice Date
6/1/2009
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-R-SS27
 
Response Due
6/10/2009
 
Archive Date
8/9/2009
 
Point of Contact
Phyllis Buerstatte, 509-527-7211<br />
 
E-Mail Address
US Army Engineer District, Walla Walla
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled, Mill Creek Diversion Gate 4 Jib Crane and Concrete Pads, Walla Walla, Washington. This will be a firm-fixed-price contract. Construction magnitude is between $100,000 and $250,000. The period of performance is 120 calendar days after receipt of notice to proceed ; however, all concrete must be placed within 60 calendar days after notice to proceed. A bid bond of 20% will be required. 100% Performance and payment bonds will be required. The Statement of Work includes the following: Construction of a new concrete storage pad and procurement, installation and testing of a new jib crane and its concrete foundation. The work site is located east of and adjacent to the Mill Creek Project diversion structure. Site access for excavating, drilling, hauling, concrete work and installation is extremely limited. The concrete pad sites will be excavated to the design requirements. All excess material will be hauled to a designated site at the Mill Creek project. The concrete storage pad will be approximately 11 feet long by 7 feet wide by 6 inches thick and will require some excavation to make the area level. The concrete related work will conform to the requirements of ASTM C 94. Concrete work includes preparations, formwork, placement, finishing, and curing of concrete. The jib crane concrete foundation will be approximately 8 feet long by 8 feet wide by 2 feet thick and will require four (4) steel pipe piles, 12 inches in diameter by 30 feet long. The piles shall be placed by anchoring to bed rock and encasing the piles in concrete. Concrete shall be tremied around the outside of the piles only. Holes for piles will be drilled 10 feet into bed rock. Pile holes to be drilled will be 14 to 16 inches in diameter. Site access for the drill to place the piles is extremely limited. The Contractor shall furnish, install and operationally test a new 2-ton capacity jib crane, including a hoist and trolley. Jib crane shall be the manual operating style. The hook lift upper height limit is 17 feet above the deck (El. 1272.5) and its lowest point shall be one (1) foot above the deck elevation. Crane manufacturer will be a company specializing in designing and manufacturing cranes with 15 years successful experience. Crane will be designed and fabricated in accordance with ASME B30.11. Base crane structural design on live load capacity plus 15 percent for hoist and trolley weight and 25 percent for impact. Perform welding by certified operators in accordance with AWS D14.1. Crane shall be base plate mounted, manually operated, rotating boom, free standing type, and shall have 16 feet span and 18 feet height under the boom. Crane shall be covered by a 5 year warranty to cover defects in materials and workmanship. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.hq.usace.army.mil. At the Headquarters homepage, select Safety and Occupational Health. This sources-sought announcement is a tool to identify small business concerns with the capability to accomplish the work. Only those firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include bonding capacity and a statement indicating the size of your business (small business, 8(a) small business, HUBZone small business, or Service Disabled Veteran Owned small business concern) to Phyllis Buerstatte, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to Phyllis.L.Buerstatte@usace.army.mil. Your response to this notice must be received on or before close of business on June 10, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-09-R-SS27/listing.html)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01832324-W 20090603/090601234830-8abbb8b1dd100aa8b381e9fb3fc19b3e (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.