SOLICITATION NOTICE
10 -- Y--St. Lucie Spillway Repairs, Okeechobee Waterway, Martin County, Florida
- Notice Date
- 3/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACW17-03-R-0013
- Response Due
- 6/13/2003
- Archive Date
- 10/16/2004
- Point of Contact
- Pam Owens, 904-232-1443
- E-Mail Address
-
U.S. Army Engineer District, Jacksonville - Civil Works
(Pamela.J.Owens@usace.army.mil)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- NA Project work involves (1) repair work to the spillway, (2) generator work and (3) miscellaneous work. (1) Repair work to the spillway consist of rehabilitation and replacement, as required, of taintor gate related metal components and operating machinery for all seven taintor gates, and will include replacement of associated electrical equipment. After installing the emergency bulkheads using the bulkhead hoist car and dewatering the spillway gate bays, a barge-mounted crane will be required to remove the spillway taintor gates and operating machinery platforms. Rehabilitation work includes sandblasting, wire brush/solvent cleaning and painting of exposed ferrous metal surfaces within the limits of the spillway, the dewatered area within each spillway gat e bay, the taintor gates, non-sensitive operating machinery, sheet pile connecting wall, emergency bulkhead machinery, three emergency bulkhead units, bulkhead hoist car, and electrical components. Lead abatement procedures during paint preparation will b e required. Other structural work involves removing and reinstalling existing emergency bulkhead rubber seals, structurally repairing taintor gates, replacing gate rubber seals, replacing the handrail system with aluminum railing, install a new safety bar rier, repairing and painting grating, replacing beams, and minor miscellaneous repairs. The electrical rehabilitation phase of the work includes replacement of most of the existing spillway electrical system, which includes installing new conduits, contro ls, and control panels. When the work on each gate is complete, parts will be reassembled, the emergency bulkheads removed with the bulkhead hoist car, final alignment and testing performed, and the gate returned to service. (2) Generator work consist of demolition of metal building measuring approximately 16 feet wide and 32 feet long, procurement of precise building, installation of precast building, installation of a 200 KW emergency generator system, installation of a 3,000 gallon diesel fuel tank on a concrete pad, removal of existing generator and all connections, removal of LPG tank and piping, removal of battery pit, demolition of existing generator concrete pad, removal of vinyl asbestos floor, filling and leveling of concrete floor to prepare for retiling, removal of radiator system from roof, and patching of roof and wall areas. All electrical connections will be rerouted from the existing generator, lock control building and visitors’ center, and centralized at the control room of the new gener ator building. (3) Miscellaneous work consists of clearing and grubbing, removal of hazardous and non-hazardous waste, utility trenching, excavation, backfilling, site restoration and re-grassing. Magnitude of construction is between $1,000,000.00 and $5 ,000,000.00. Award will be made to the offeror whose proposal represents the best value to the Government. The following factors will be used to determine best value: Past Performance and Price with Past Performance Risk being significantly more importan t than Price. The solicitation will be issued on or about 29 April 2003 and open on or about 13 June 2003. The solicitation will be posted on our website. Any interested offerors must register electronically. If you are not registered, the government i s not responsible for providing you with notifications of any changes to this solicitation. The registration is located at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp. THIS ACQUISITION IS A HUBZONE SET-ASIDE PROCUREMENT. You must be an eligible certified HubZone firm to participate. Firms interested in HubZone certification are directed to the HubZone website at www.sba.gov/hubzone or call their local SBA office. Also, you must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAR-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-OCT-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA17/DACW17-03-R-0013/listing.html)
- Place of Performance
- Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00693014-F 20041014/041012212232 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |