Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

Y -- Dworshak Hatchery Vacuum Degassing Towers

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-13-R-SS03
 
Archive Date
11/28/2012
 
Point of Contact
Benjamin Wolfram, Phone: 5095277232
 
E-Mail Address
benjamin.s.wolfram@usace.army.mil
(benjamin.s.wolfram@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled, Dworshak Hatchery Vacuum Degassing Towers. This will be a fixed price construction contract. Place of performance is the Dworshak Fish Hatchery, Ahsahka, Idaho. Construction magnitude is between $250,000 and $500,000. Performance and payment bonds in the amount of 100% of the contract price will be required. Responses to this announcement are due no later than 13 November 2012. Requirement description: This work is at the Dworshak Fish Hatchery, Clearwater River, Clearwater County, Ahsahka, Idaho. The purpose of this work is to replace existing packed-column degassing towers with vacuum-degassing towers and degassing systems for one-half of the existing river water intake structure. This job consists of modifications to the main river water intake structure header piping, its piping support members, grating and grating support members. The 3 existing header pipes (which will support the 24 - aluminum vacuum-degassing towers) will require fabrication and installation of additonal supports, and disassembly and assembly efforts to raise 3 - 24" dia. (mortar lined) header pipes approximately 3'3". Assembly and installation of new piping, elbows, flanges, and support brackets to extend the 3 existing header pipes an additional 25 ft with steel piping. Assembly and installation of additional header pipe sections with appurtenant butterfly valves, elbows and flanges, support columns, and support brackets for installation of the 42 new vacuum degassing towers. Removal of 24 - 3' dia. by 4' high aluminum packed column towers and plastic packed media. Removal and modification to existing packed column grating and its support beams. Installation of 42 - 3'2" dia. by 10' high aluminum vacuum degassing towers and its appurtenant support columns and beams. Installation of new fiberglass grating. Installation of the vacuum pumps, gauges, and appurtenant valves, piping, tubing, brackets, hardware, and electrical equipment for the vacuum system on the 42 vacuum degassing towers. The Government anticipates awarding the contract in March 2013. The onsite performance period is expected to begin on 12 April 2013 and commence by 23 May 2013. Contractor must have a past performance history of work similar to the work required. Contractor will be required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://publications.usace.army.mil/publications/eng-manuals/EM_385-1-1_languages/EM_385-1-1_English_2003/toc.htm This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation. Documents from 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 Government's determination of whether to set aside this requirement for small business or open it to unrestricted competition. Include your firm's bonding capacity, your intent to offer a bid upon solicitation posting, and a statement indicating your business type (small business, HUBZone small business, woman-owned small business, small disadvantaged business, service disabled veteran owned small business.) The NAICS Code for this project is 237990 and the associated small business size standard is no more than $33,500,000 in average annual receipts. Please email your response to the following email address: Benjamin.S.Wolfram@usace.army.mil. All responses to this notice must be received on or before close of business on 13 November 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-13-R-SS03/listing.html)
 
Place of Performance
Address: Dworshak Fish Hatchery, Ahsahka, Idaho, 83520, United States
Zip Code: 83520
 
Record
SN02923087-W 20121103/121101234731-1cbbc17cda91a9b44d8f0eb4e9cb714b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.