Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2009 FBO #2802
SOLICITATION NOTICE

Y -- RECOVERY--Y--Installation of Timbers and General Repairs-Kentucky Lock Floating Boom Wall

Notice Date
7/27/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Nashville, USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P509B0018
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
MACOM and USA Engineer Distric, 615-736-7915<br />
 
E-Mail Address
USA Engineer District, Nashville
(karen.m.marshall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--The Nashville District U.S. Army Corps of Engineers intends to issue an invitation for bid (IFB), W912P5-09-B-0018 for the Installation and General Repairs for Kentucky Lock Floating Boom Wall. 1. General requirements for this work shall consist of removal and proper disposal of all old wood timbers from all sides of the floating boom wall and the completion of the installation of plastic composite timbers on the front and on the backside of the boom wall. The connecting bolts that join the 4 pontoons which make-up the floating boom wall, shall be inspected and adjusted if needed. Wall leveling and anchorage shall be checked and adjusted appropriately. All pontoon areas of the wall shall be pumped dry of water prior to completion of work. 1.1 The contractor shall furnish all tools, equipment, labor, and materials to conduct the work, with the exception to the list of materials that will be supplied by the Government. 1.2 All work shall be accomplished in accordance with denoted specifications, drawings, and safety requirements. 1.3 It is suggested that potential bidders arrange to make a field inspection prior to submitting bids. PART 2 - MATERIALS 2. The government will provide composite plastic timber materials, all metal vertical mounting brackets for the installation of the composite timbers, and all mounting hardware for the composite timber installation. PART 3 - EXECUTION 3. Kentucky Lock is the busiest navigation lock in the Nashville District and it can be assumed that the amount of vessel traffic transiting the project will be very high. Delays to industry and the boating public have to be kept as short as possible. The floating boom wall, which is approximately 487 feet in length, is very integral to the ability to safely process vessels through the project. Large vessels will land on the wall to assist in their alignment upon entry and exit of the lock chamber. Commercial vessels will also use the wall to tie-off to as they reform their string of barges, called a tow. 3.1 Delays to vessel traffic, due to contractor work activities, shall not exceed 2 hours during any 6 hour period of time. 3.2 The functionality afforded by the floating boom wall to large vessels, especially as mentioned above, must be maintained throughout the duration of the contract. 3.3 Attachment of composite mounting brackets and composite timbers shall be in accordance with supplied drawings. Approximately 160 feet of the composite timber installation on the front side of the wall has already been completed. 3.4 Inspection of pontoon connection bolts will require strict adherence to proper confined space procedures. Contractor will report on condition of bolts after inspection has concluded. 3.5 Radio communications capability must be maintained between the contractor personnel conducting the work and lock project personnel via vhf marine radios. 3.6 All work found not meeting above requirements, to include unsatisfactory workmanship, shall be repaired or replaced, as directed by the Contracting Officers Representative, at no additional cost to the government. The proposed NAICS code is 237990. The small business standard is $33.5M. This acquisition is 100% set-aside for small business. A site visit for this procurement is anticipated. Further information regarding the site visit will be announced in the solicitation. From this IFB, the Government intends to award one firm-fixed price contract. The Government intends to award without discussion. Any communication regarding this procurement must be made in writing and forwarded to via email or facsimile and must identify the IFB number, and point of contact. Bidders must be successfully registered in the Central Contractor Registration (CCR), www.ccr.gov, in order to receive a Government contract award. The Contract Specialist for this solicitation is Karen Marshall, telephone:615-736-7915, fax:615-736-7124, email: Karen.M.Marshall@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P509B0018/listing.html)
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN<br />
Zip Code: 37202-1070<br />
 
Record
SN01887800-W 20090729/090727234712-3c6f978e0d97841bf4bea31cc19cc0e9 (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.