Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOURCES SOUGHT

Z -- Powerhouse Bridge Spot Painting, Big Bend Power Plant, Ft. Thompson, SD

Notice Date
3/6/2012
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-SS21
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
USACE District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Walla Walla District in support of the Omaha District, US Army Corps of Engineers is seeking small businesses for a construction project entitled: Powerhouse Bridge Spot Painting, Big Bend Power Plant in Ft. Thompson, South Dakota. This will be a firm-fixed-price construction contract. 100% performance and payment bonds will be required.. The North American Industry Classification System (NAICS) Code 238320 - Painting and Wall Covering Contractors, and the associated small business size standard is $14,000,000.00. Work shall include: commercial blast surface of all corroded steel members of the powerhouse bridge and perform welding where the steel has delaminated at the connections. All residue collected from the sandblasting operation will need to be captured since there is lead based paint applied to the original surface. Paint application will be SSPC Paint 40 Zinc-Rich Moisture-Cure Polyurethane Primer and SSPC Paint 36 Two-Component Weatherable Aliphatic Polyurethane Topcoat, Performance-Based. The powerhouse bridge consists of nine (9) spans each being 86.0 L.F. in length. Some spans will be the base requirement and some will be options. Contractors shall have the following painting qualifications: QP-1 and QP-2 Contractor Certification - (NACE 1 and NACE 2 certifications can be substituted if contractor has completed Corps of Engineers coating contracts with Satisfactory ratings that involve water tanks, hydraulic structures or bridges located over bodies of water. Coating contractor shall be required to hire an independent third party inspector NACE 3 certified. In addition to painting, other work shall include: sandblasting sections of the bridge, lead-based paint removal over/near water, non-destructive testing, welding and corrosion repair. Please note: other contractors may be performing work simultaneously in the same general vicinity of the bridge painting work. Contractors will be required to coordinate with other contractors and dam personnel. This announcement is part of our market research, and responses are sought from small businesses to identify sources that have the knowledge, skills, and capability to perform the work. Interested small businesses and small business-led teams that qualify under NAICS Code 238320 are hereby invited to submit a response to the market survey to demonstrate their capability to provide the requested services. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive small business contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information: 1. Company name, address, point of contact, phone number, and e-mail address? 2. Company CAGE code and DUNS number? 3. Business size in relation to the NAICS Code 238320, and small business classification? 5. Bonding capability? Include individual contract and aggregate limits. Past Performance Information (please limit this to 10 pages excluding certificates): 6. Please provide project information and past performance for up to five (5) past projects that clearly demonstrates familiarity and experience on projects with similar scopes as described above. For each project, include the following information: a. Size, duration, and complexity of job; b. Information on your role as either a prime contractor or subcontractor; 7. Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. 8. Please provide the number of personnel on the small business contractor's team with: a. QP-1 Contractor Certifications b. QP-2 Contractor Certifications - (NACE 1 and NACE 2 certifications can be substituted for QP-1 and QP-2 if contractor has completed Corps of Engineers coating contracts with Satisfactory ratings that involve water tanks, hydraulic structures or bridges located over bodies of water- Submit this information to Jani Long, Contract Specialist, via email to jani.c.long@usace.army.mil. Your response to this notice must be received on or before 4:00 p.m. on March 16, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS21/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02689289-W 20120308/120307115208-2b8296ac586b8531b91dff47176a239f (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.