Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
MODIFICATION

48 -- Hydraulic Systems for Pickwick Landing Lock - Solicitation 1

Notice Date
6/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-13-B-0008
 
Archive Date
7/13/2013
 
Point of Contact
James W. Purcell, Phone: 6157367674
 
E-Mail Address
James.W.Purcell@usace.army.mil
(James.W.Purcell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings for W912P5-13-B-0008 Specifications for W912P5-13-B-0008 Solicitation W912P5-13-B-0008 PURPOSE: The Nashville District U.S. Army Corps of Engineers has issued an Invitation for Bid (IFB) for a firm fixed price supply contract for hydraulic systems consisting of hydraulic gate cylinders, valve cylinders, and power units located at Pickwick Landing Lock, Counce, TN. PROJECT DESCRIPTION: The Contractor shall furnish all plant, labor, material and equipment for the construction, shop testing, and delivery of the hydraulic power units (HPU), manifolds, and hydraulic cylinders for the lock machinery. The system shall be designed to operate the new hydraulic cylinders on the miter gate machinery and culvert valve machinery as shown on the drawings and specified within the solicitation. The system shall include hydraulic power units complete with unit mounted electrical terminal boxes, valves, accumulators, control valves and manifolds, and other items as shall be necessary for a complete system for the lock. Piping from HPU's to the cylinders shall be reused. Complete operating and maintenance instructions shall be provided. Operating and maintenance instructions shall include recommended procedures for installation and startup of the hydraulic system. Shop drawings shall be submitted for approval. The hydraulic system shall be suitable for maintaining an operating pressure of 2000 pounds per square inch at each hydraulic power unit (HPU). The layout of the system shall be as shown on the drawings and schematics. All valves of the same type and size shall be the product of a single manufacturer. Where improvements to the hydraulic system design can be made, due consideration will be given by the Government. This project description is not intended to be all encompassing in the descriptions. NAICS AND SIZE STANDARD: The NAICS code for this project is 333995 with a small business size standard of 500 employees. PERIOD OF PERFORMANCE: 6 months from date of award. TYPE OF SET-ASIDE: Total Small Business Set-Aside. The Government intends to award without discussions. The project specifications and project location will be defined in the solicitation document. SOLICITATION RELEASE DATE: The release date for W912P5-13-B-0008 is June 20, 2013, with a bid submission date of July 11, 2013. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in SAM, www.sam.gov, in order to receive an award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement is available in the solicitation. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is the responsibility of all potential bidders to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is J.W. Purcell, telephone: 615-736-7674, fax: 615-736-7124, email: James.W.Purcell@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the IFB number, company name, address, email address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-13-B-0008/listing.html)
 
Record
SN03095606-W 20130622/130620235627-c035e3dabe3e0837d2384a19e2c695cd (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.