Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

Z -- RECOVERY--Z--Paint Spillway Stoplogs, Big Bend Project, Fort Thompson, South Dakota.

Notice Date
6/11/2009
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-T-0044
 
Response Due
6/30/2009
 
Archive Date
8/29/2009
 
Point of Contact
Neil Herman, (402) 995-2057<br />
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(neil.f.herman@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--On or about 11 June 2009, this office will issue a Request for Quotation for the Rehab of the Spillway Stoplogs at the Big Bend Project, Fort Thompson, South Dakota. This Request for Quotation will be set aside for small business participation only under the NAICS Code 238320 with a size standard of $14.0 million. There are a total of 16 spillway stoplogs (14 regular type and 2 bottom type)which shall be reconditioned and repainted. Each stoplog is 42 feet 6 inches long by 2 feet 7-1/2 inches high and 1 foot 7-1/2 inches thick with a dry weight of approximately 7 tons. The stoplogs are structural steel construction and each has a horizontal J type rubber seal on the underside and two vertical seals 12 inches by 3/4 inches by 2 feet 7-1/2 inches at each end of the upstream side. Springs hold the stoplogs tight against the downstream rubber seals. The spillway stoplogs shall have the existing rubber seals removed. Stoplogs shall be disassembled as required for painting, including the removal of sealing spring assemblies, cleaned and existing paint shall be removed. Existing welds on the stoplogs shall be inspected. Stoplogs shall be repainted. Sealing spring assemblies shall be cleaned, reconditioned and reassembled. Sealing spring assemblies shall be reinstalled, and new rubber seals shall be installed. The contractor shall control all their operations during the performance of the work so as to insure that the completed work meets all the requirements of the specifications. Please be advised of on-line registration requirements in the Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-Line Representations and Certifications (ORCA). Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Solicitation documents will be posted to Fed Bix Opps (www.fbo.gov). Additional information may be obtained by contacting the U.S. Army Corps of Engineers, CECT-NWO-C, Neil Herman, Contract Specialist, phone 402-995-2057 or E-Mail at neil.f.herman@usace.army.mil. Telephone calls regarding Small Business matters should be made to 402-995-2910. Telephone calls regarging contents of the specifications should be made to Gary Rubingh at 402-995-2501.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-09-T-0044/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01842781-W 20090613/090611235939-3ccf9a644dfb2273167e4b0ed6864517 (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.