Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOURCES SOUGHT

Z -- Sagamore Bridge Painting, Sagamore, MA

Notice Date
1/31/2012
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ12X0003
 
Response Due
3/1/2012
 
Archive Date
4/30/2012
 
Point of Contact
Susan Dunnagan, 978-318-8060
 
E-Mail Address
USACE District, New England
(susan.k.dunnagan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for the Painting of the Sagamore Bridge, across the Cape Cod Canal, in the town of Sagamore, Massachusetts to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for this procurement is 238320. The project is planned to be issued in June 2012. The construction will occur in the summer of 2013 and the project duration is expected to take five to seven months. The estimated construction cost is between $5,000,000.00 and $10,000,000.00. The work of this project consists of abrasive blast cleaning all of the metalwork of the Sagamore Bridge to bare metal and painting the entire steel superstructure with a moisture-cure polyurethane paint system. The bridge is a three-span continuous truss comprised of approximately 5,100 tons of steel. Truss members are built-up sections consisting of channels, angles, and plates with riveted connections. Span length of the superstructure is 1,408 feet abutment to abutment, and the width of the bridge is 51 feet. At mid-span, the lower chord elevation of the bridge structure is 135 feet above mean high water. The existing paint system on the bridge contains red lead primer, therefore all surface preparation work must be performed in accordance with applicable environmental regulations and worker health and safety standards including containment, emissions monitoring, collection, and disposal of all contaminated blast debris. This project also includes miscellaneous structural steel repairs that are generally limited to replacement of deteriorated lacing bars and rivets. New steel components are to be connected with high strength bolts. The painting firm must demonstrate its qualifications by providing proof of certification in the following standards promulgated by The Society for Protective Coatings (SSPC): a. SSPC QP 1, Standard Procedure for Evaluating Qualifications of Painting Contractors, (Field Application to Complex Industrial Structures), 1998 with Revisions 2004. b. SSPC QP 2, Standard Procedure for Evaluating the Qualifications of Painting Contractors (Removal of Hazardous Coatings from Industrial/Maine Steel Structures), 2009. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above, including proof of certification noted above. Firms must submit past demonstrated construction experience with the work as described in the above paragraphs. Subcontractors may be used to demonstrate this past experience. This experience must have been performed within the last five years. Responses are due by 1 March, 2012. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Susan Dunnagan. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. Electronic submissions will not be accepted. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ12X0003/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN02664816-W 20120202/120131235110-4ce51a2e16aba6d1ccb4be340df274aa (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.