Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2025 SAM #8473
SOLICITATION NOTICE

54 -- Libby Dam Oil Storage Room Access Platform

Notice Date
2/5/2025 3:59:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25Q0015
 
Response Due
2/17/2025 11:00:00 AM
 
Archive Date
03/04/2025
 
Point of Contact
Michael Houts, Phone: 2063163009, Robert Gonzalez, Phone: 2063163168
 
E-Mail Address
michael.s.houts@usace.army.mil, robert.l.gonzalez@usace.army.mil
(michael.s.houts@usace.army.mil, robert.l.gonzalez@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Solicitation Number: W912DW25Q0015 Title: Libby Dam Oil Storage Platform Location: Libby Dam, Montana NAICS Code: 332312 � Fabricated Structural Metal Manufacturing Small Business Size Standard: 500 Employees Set-Aside: Small Business Contracting Office: U.S. Army Corps of Engineers Seattle District Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. 1. Materials Required: Materials will be inspected at the job site prior to acceptance. The contractor is responsible for maintaining the product�s condition until acceptance. All items must be new; remanufactured or �gray market� items are not acceptable. All items must be covered by the manufacturer�s warranty. 2. Delivery Location: USACE � Libby Dam Project Office 17877 Highway #37 Attn: Shelley Schultz Libby, MT 59923?7828 3. Materials Specifications: The elevated platform equipment, including stairs, connecting hardware, and concrete anchors, shall be constructed from galvanized steel. The equipment must comply with USACE safety regulations (EM 385?1?1) and OSHA requirements. 4. Delivery Requirements: Delivery of disassembled items is required within 60 days after award to the specified government facility. 5. System Characteristics: The system must be designed by a licensed professional engineer and capable of supporting at least 400 lbs per square foot. Components must fit through an opening of 55� x 88�. Guardrails must be removable. Two 32�x32� interior access hatches with load-bearing covers are required. Two 3M DBI-SALA Confined Space Permanent Deck Mount Sleeve Davit Mast Bases (or approved equal) shall be installed. The platform must be anchored to an existing concrete slab and designed to accommodate existing oil storage tanks. 6. Guardrail Systems: Guardrail systems must prevent injury and comply with OSHA safety requirements. The toprail height must be 42� (+/- 3�). Midrails must be installed halfway between the toprail and floor. Toe-boards must be installed around the perimeter, except at stair access locations. 7. Strength Requirements: Toprails must withstand at least 200 lbs of force. Midrails and other structural members must withstand at least 150 lbs of force. 8. Minimum Construction Materials: Toprails and midrails: 1�� nominal diameter (schedule 40 steel pipe). Posts: 1�� nominal diameter (schedule 40 steel pipe) spaced no more than 8 feet apart. Toe-boards must be at least 3�� in height and securely fastened. 9. Drawings and Submittals: Stamped engineering drawings are required within 30 days of award. Three (3) copies of shop drawings are required within 15 days of acceptance of engineering drawings. Field fabrication drawings must include all component details. 10. Field Fabrication: Field fabrication will be performed by government personnel within one year of delivery. The contractor must provide guidance for resolving discrepancies. The contractor is responsible for site visits or replacing defective parts at no additional cost. Evaluation Criteria: Award will be made based on the lowest price technically acceptable (LPTA) approach in accordance with FAR Part 13. Proposals must include a detailed quote outlining compliance with the specifications. Submission Requirements: Proposals must be submitted electronically to Michael.s.houts@usace.army.mil. Point of Contact: Michael S. Houts 206-806-0435 Michael.s.houts@usace.army.mil This solicitation is issued as an RFQ under FAR Part 12 and Part 13 procedures. ***Attached is the Statement of Work***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f50050d52964097ad388863e4b5da8d/view)
 
Place of Performance
Address: MT 59923, USA
Zip Code: 59923
Country: USA
 
Record
SN07333803-F 20250207/250205230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.