SOLICITATION NOTICE
Y -- Repair Stillaguamish River Cook Slough Grade Control Weir, Downstream of Arlington, Snohomish County, Washington
- Notice Date
- 5/6/2010
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-10-B-0005
- Response Due
- 6/22/2010
- Archive Date
- 8/21/2010
- Point of Contact
- Renee R Heerhartz, 206-764-3478
- E-Mail Address
-
USACE District, Seattle
(renee.r.heerhartz@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- All labor, equipment and materials for the Repair Stillaguamish River Cook Slough Grade Control Weir, located downstream of Arlington in Snohomish County, in northwestern Washington State. The weir is located at the head of Cook Slough and limits flow through the slough. The project provides for repair of the concrete weir deck for 180 feet between the steel sheet pile piers, replacement of 180 feet of steel sheet piling, placement of 220 feet of Class II riprap scour protection on the downstream side of the weir, and construction of 155 feet long Class III riprap fish passage channel to improve access to the existing fish ladder during low flows. Estimated Cost Range: $1,000,000.00 - $5,000,000.00 The North American Industry Classification System (NAICS) Code is 237990 with a size standard of $20 Million. This procurement is 100% set aside for small business (See Note 27). For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $20 million. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The solicitation due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet. Register to receive notification of solicitation/amendment posting at https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-B-0005/listing.html Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 ) The solicitation will be issued in electronic format on the Army Single Face to Industry (ASFI) web site at https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W912DW10B0005
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-B-0005/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02141823-W 20100508/100506234503-fc0161947c01ea8d41126e3a1c8cfc02 (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 |