Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
MODIFICATION

99 -- Ft. Randall Spillway Expansion Joint and Waterstop Repair - Solicitation 1 - Drawings

Notice Date
12/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-18-R-0007
 
Response Due
1/11/2018 2:00:00 PM
 
Archive Date
11/30/2017
 
Point of Contact
Katriena R. Ver Straete, Phone: 4029952703, Nadine Catania, Phone: 4029952056
 
E-Mail Address
katriena.r.verstraete@usace.army.mil, nadine.l.catania@usace.army.mil
(katriena.r.verstraete@usace.army.mil, nadine.l.catania@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings Solicitation This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit will be on or around 4 January 2018. The site visit time and date will be issued with the solicitation package. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See ‘Obtaining Solicitation Documents' below. _______________________________________________________________________________ Project Description: (Approx. quantities) Concrete removal (partial depth removal between 12" and 18" deep and full depth removal at 18" deep) on both sides of the expansion joint between the pier extension slab and the spillway chute slab across the 1000 LF width of the spillway at Fort Randall Dam, South Dakota. Construction of the proposed expansion joint will consist of removal of existing concrete, waterstop, expansion and sealant material; and installation of new stainless steel angles, waterstops, steel reinforcement, concrete, expansion material, joint seal, and a stainless steel cover plate with hardware. Concrete removal methodology will be limited to methods that minimize microfracturing of the substrate concrete in order to maximize the bonding potential of the proposed material. Set up and operation of an on-site concrete batch plant, with experienced plant operators with NRMCA or ACI certification. The estimated construction cost of this project is between $4,000,000 and $6,000,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 270 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Offerors: Please be advised of on-line registration requirement for Representations and Certifications is now located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 1. Use the ‘Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the ‘Find Opportunities' (large arrow in the middle of the page) or use the ‘Opportunities' tab followed by the ‘Advanced Search' tab. 2. By using the ‘login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading ‘All Files' or from the ‘Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the ‘Interested Vendors' tab and then ‘Add me to Interested Vendors' link at the bottom of the page.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-R-0007/listing.html)
 
Place of Performance
Address: Ft. Randall Dam, Pickstown, South Dakota, 57367, United States
Zip Code: 57367
 
Record
SN04764313-W 20171214/171212231128-d1b5571a63f90d0ac8e4585e8be3ca86 (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.