Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2012 FBO #3802
SOLICITATION NOTICE

Z -- Powerhouse Bridge Spot Painting, Big Bend Power Plant, Ft. Thompson, South Dakota

Notice Date
4/20/2012
 
Notice Type
Presolicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-0021
 
Response Due
6/6/2012
 
Archive Date
8/5/2012
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
USACE District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Walla Walla District in support of the Omaha District, US Army Corps of Engineers is issuing this pre-solicitation notice for a construction project entitled: Powerhouse Bridge Spot Painting, Big Bend Power Plant in Ft. Thompson, South Dakota. Powerhouse Bridge Spot Painting, Big Bend Power Plant includes commercial blasting of the surface of all corroded steel members of the powerhouse bridge. A non-destructive testing of bridge girder welds and replacement of defective welds will be required. Also included is the replacement of two severely corroded diaphragm brace steel members. All residue collected from the sandblasting operation will need to be captured being there is lead based paint applied to the original surface. Paint application will be SSPC Paint 40 Zinc-Rich Moisture-Cure Polyurethane Primer and a SSPC Paint 36 Two-Component Weatherable Aliphatic Polyurethane Topcoat Performance Based. The powerhouse bridge consists of nine (9) spans each being 86.0 L.F. in length. The basic requirement will consist of painting the steel over the concrete piers and exterior girders of span #9. The option will include spot painting of Spans 1 through 8 interior bracing and interior girders. Solicitation No. W912EF-12-R-0021 will be posted to the FBO website on or about May 7, 2012. The solicitation is a Request for Proposal. The successful offeror will be selected through the Best Value Lowest Price Technically Acceptable source selection method. The evaluation factors are as follows: Factor 1: Qualification Factor 2: Past Performance Factor 3: Price Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to jani.c.long@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. NAICS code for this project is 238320, and the small business size standard is $14 million average annual receipts. Estimated magnitude of construction is between $500,000 and $1,000,000. Solicitation is open to small business concerns only. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-0021/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02727206-W 20120422/120420234653-03968cb3043cc6aa3adc94a8802fc042 (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.