Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
SOLICITATION NOTICE

Y -- Chief Joseph Dam Spillway Gate Lifecycle Maintenance Bridgeport, Douglas County, Washington

Notice Date
10/24/2014
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-15-R-0002
 
Response Due
12/12/2014
 
Archive Date
1/11/2015
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Contract Specialist Caroline Mueller at email: Caroline.B.Mueller@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. FOR INFORMATION ONLY: This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Ms. Mueller at the email indicated above. Construction Project: U.S. Army Corps of Engineers - Seattle District requires the lifecycle maintenance on the 19 spillway gates at Chief Joseph Dam. The following is a brief description of the proposed project: OVERVIEW: Chief Joseph Dam has 19 spillway gates measuring approximately 60 feet tall by 35 feet wide. The work described below will be accomplished on all 19 gates: WIRE ROPE: Replace the two (2) assemblies (one on each side of each spillway gate) of stainless steel wire rope for all 19 spillway gates that are used to hoist the gates. Chief Joseph Dam will supply wire rope assemblies for eight (8) of the spillway gates, or a total of 16 assemblies of stainless steel wire rope. Contractor will furnish wire rope for remaining 11 gates, or 22 total assemblies, and any other equipment or material required to complete the work. GATE SEALS: Furnish all material and equipment necessary for replacing the side and bottom seals on all 19 spillway gates including all seal hardware and gaskets. SPILLWAY GATE RECOATING: Erect a containment structure within each spillway and sand blast the upstream side of all 19 spillway gates and recoat with specified paint types. Containment of debris structure erecting work is required to complete this task because of over the water work. Recoating work also includes miscellaneous weld repairs identified by the Government on the gates. GEAR AND GEARBOX INSPECTIONS AND MACHINERY REHABILITATION: Partially disassemble spillway gate hoist machinery to inspect gears and gearboxes. Replace seals and bearings in large gearboxes. Replace small gearboxes, couplings, and bearings. Repaint machinery and covers. SPILLWAY RAIL AND TROLLEY SYSTEM (Design-build item): Design and fabricate rail system and trolley systems for 19 spillway gates. Anticipate 38 beams to compose rail system, two (2) motorized trolleys for moving Government-furnished hoists, and two (2) non-motorized hoists for fall restraint attachments. Design shall allow for easy removal and installation of trolley from one spillway gate to another. CATHODIC PROTECTION: Install sacrificial anodes on 19 spillway gates. Work includes welding on connections and bolting on anodes. SEAL HEATERS: Remove oil from oil seal heaters, flush systems, and replace with new fluid. Anticipate a total of 600 gallons of seal heating oil in three (3) separate systems. In addition, replace insulation in some areas, fabricate pipe guards and oil catch pans, and inspect pipe insulation. TRUNNION BACKING BARS (OPTIONAL): Remove weld backing bars installed on the downstream side of the spillway gates. Work will be cutting and removing backing bars and repairing welds in constrained areas. WELD REPAIRS (OPTIONAL): Based on inspections, and as part of the spillway gate recoating process, weld repair work may be identified to repair damaged welds on the spillway gates. These repairs would be completed ahead of spillway gate recoating. The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The resulting contract will be firm-fixed-price. Solicitation number W912DW-15-R-0002 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 12 November 2014. The solicitation will be a Request for Proposals. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal submission. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, with an applicable small business size standard of $36,500,000 in average annual receipts. The solicitation is unrestricted and open to both large and small business concerns. A site visit will be offered approximately 2 weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on www.fbo.gov. The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03557798-W 20141026/141024233843-486314048282f074ff4682c632396605 (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.