Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

Z -- Big Cliff Dam and Reservoir Spillway Tainter Gate Repair

Notice Date
12/12/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N12R0002
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Robert Fuchs, 503-808-4624
 
E-Mail Address
USACE District, Portland
(robert.k.fuchs@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Portland District, has a requirement for the Big Cliff Spillway Gate Repair, Detroit, Linn County, OR with a Magnitude of Construction ranging between $1,000,000.00 and $5,000,000.00. The purpose of this project is to redesign and fully rehabilitate the three gates at Big Cliff, to restore integrity and reliability in accordance with current codes, design criteria, and standards for these critical structures. Spillway tainter gate girders, strut arms, bracing members and related structural components will be removed and replaced with larger structural members and high strength steel components. Existing welds will be inspected and deficient welds will be replaced. The existing brass trunnion bearing will be replaced using new greaseless bushing materials to reduce the friction force, thrust washer, seals and components will be replaced. Electrical, controls, and mechanical system repairs will be implemented. Additionally, electrical, controls, and mechanical systems will be evaluated, appropriate designs prepared, and installed to ensure the reliability of these critical operational systems. Due to the completed end frame size it will not be possible to deliver as one piece, the assemblies shall be delivered to the site in as large of pieces as possible. All welding performed on this job is considered Fracture Critical and shall be performed in accordance with AWS D1.5. The Sub-contractor or prime Contractor performing the end frame fabrication must be Major Steel Bridge Certified with a Fracture Critical Endorsement. The wire ropes, bridge sockets, U-bolts, pins, gate connection, and all items related to this shall also be replaced on all three Tainter gates. Additional work will include installation of new greaseless trunnion bushings, new stainless steel pins, new keeper plates, and new thrust washers for the three spillway gates. Detailed specifications will be inclusive in the solicitation package. A Site Safety and Health Officer (SSHO) must 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 to be set aside for small businesses. The NAICS Code is 237990 and the small business size standard is $33.5 million. Interested concerns must be enrolled in the Central Contract Registry (CCR) at www.ccr.gov or http://ccr.gov/ to conduct business with the Department of Defense. A Request for Proposal (RFP) will be issued on or about January 03, 2012. Evaluation criteria will be provided in the solicitation, and a single firm fixed price contract may be negotiated as a result of this action. Proposals for this project will be due no less than 30 days after issuance of the RFP. A notice and link to download this solicitation via Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/default.cfm will be posted on the Federal Business Opportunity (www.fbo.gov or http://www.fbo.gov) website when the solicitation is made available for download. Interested parties are responsible for registering with the Federal Business Opportunity (FBO) website and for checking the referenced website(s) for updates. The Government is not responsible for any loss of internet connectivity or for any party's inability to access the documents posted at the referenced websites. The point of contact for matters related to this procurement can be addressed by email to Robert Fuchs at robert.k.fuchs@usace.army.mil. All inquiries regarding this solicitation are to be submitted via the Bidder Inquiry system which will be included with in the solicitation documents. 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. Telephone and email inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N12R0002/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN02637533-W 20111214/111212234237-b80e6efde1014bbdf4d03b84a2f5ff6e (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.