SOLICITATION NOTICE
Y -- Columbia River Fire Protection Systems
- Notice Date
- 8/6/2009
- 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, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N09R0030
- Response Due
- 9/30/2009
- Archive Date
- 11/29/2009
- Point of Contact
- Kenneth G. Piper, 503-808-4619<br />
- E-Mail Address
-
Portland District, US Army Corps of Engineers
(kenneth.g.piper@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9127N09R0030. The U.S. Army Corps of Engineers (USACE), Portland District (NWP) has a requirement for Columbia River Powerhouse Fire Protection Upgrades, with a Magnitude of Construction ranging between $5,000,000.00 and $10,000,000.00. The work includes all operations required to provide the design and to perform the work required to provide pressurized control rooms, fire detection and alarm panels, and fire harden oil storage rooms at Bonneville Powerhouse 1, Bonneville Powerhouse 2, The Dalles Powerhouse, and John Day Powerhouse. Work includes: a. Fire Detection and alarm systems at all powerhouses. b. Mechanical Work includes: replacement of HVAC into control rooms, installation of fans to pressurize control room and egress routes. Installation of smoke fire / dampers and equipment necessary for providing Life Safety Upgrades. c. Electrical Work includes: providing power and control systems for fans and dampers, providing conduit and cable for fire alarm system, and providing emergency power systems. d. Structural Work is required to install egress stairs at The Dalles Powerhouse. Detailed specification will be inclusive in the solicitation package. A Site Safety and Health Officer (SSHO) shall be provided for all new contracts with this District. For this project, the person that will act as the SSHO is required to have a minimum of 3 years safety work with similar projects and a 30 Hour OSHA construction safety class (or equivalent) taken within the last 3 years. The SSHO may have no other duties for this work except function as the on-site CQC Manager. This procurement is open to both small and large business concerns; large businesses are required to submit a subcontracting plan. The NAICS Code is 2358210 and the small business size standard is 13 million. Large business will be required to submit a small business subcontracting plan. The Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. Interested business concerns must be enrolled in the Central Contractor Registry (CCR) at www.ccr.gov or http://www.ccr.gov/ to conduct business with the Department of Defense. A Request for Proposal (RFP) utilizing the Best Value/LPTA method will be issued. Evaluation criteria will be provided in the solicitation, and a single firm fixed-price contract may be negotiated as a result of this procurement. The solicitation for this project will be issued in electronic format on/or about 31 July 2009 with a proposal due date 45 days after issuance; a notice and link to download this solicitation via Army Single Face to IndustryASFI (https://acquisition.army.mil/asfi/default.cfm) will be posted on the Federal Business Opportunity (www.fbo.gov or http://www.fbo.gov/) when the solicitation is available for download. Interested parties must be registered in FedTeDS to download the solicitation information. Interested parties are responsible for checking the referenced websites for any update(s). The Government is not responsible for any loss of Internet connectivity or for any parties inability to access the document posted at the referenced websites. Technical Point of Contact is Steven Sipe at Steven.C.Sipe@usace.army.mil. Administrative matters related to the contract can be addressed by e-mail to Ken Piper at Kenneth.G.Piper@usace.army.mil All inquiries regarding this solicitation are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. Bidder Inquiry instructions will be detailed in the solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N09R0030/listing.html)
- Place of Performance
- Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR<br />
- Zip Code: 97208-2946<br />
- Zip Code: 97208-2946<br />
- Record
- SN01901938-W 20090808/090807000404-dca0fd91c50bc42e2563ab2d995dfde9 (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 |