Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2013 FBO #4239
SOLICITATION NOTICE

Z -- Lock Control Rehabilitation for PIC/L & WHE/L

Notice Date
7/1/2013
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-0009
 
Archive Date
10/30/2013
 
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
PURPOSE: This is a Pre-Solicitation notice that the Government intends to issue an Invitation for Bid (IFB) for a Firm Fixed-Price Construction Contract for the project described below. Award will be based on the lowest-price bid by a responsive and responsible offer to the IFB, scheduled to be posted by 16 July 2013. This will be a Small Business set-aside under NAICS code 238210. The plans and specifications for this requirement will only be available upon issue of the solicitation. PROJECT DESCRIPTION: The work covered by this project consists of furnishing equipment, materials, methods, and labor for rehabilitation of the electrical lock control systems at the Wheeler and Pickwick Main and Auxillary Locks. Each lock consists of various systems to be rehabilitated including the hardwired relay controls, motor contol centers, miter gate drives, tow haulage drives, and water level montoring system. Replacement of the culvert valve motors shall be required at the Wheeler Auxillary Lock. Also, abatement is required at the Wheeler Auxillary Lock due to the presence of asbestos in the control cable trays. Work shall be performed in accordance with the plans and specifications. The contractor shall be required to submit shop/installation drawings for approval prior to start of work. The contractor shall be responsible for start-up, commissioning, and training services to the Government at project completion. Bidders will have an opportunity to attend a scheduled site visit. The date, time, location and registration requirements will be posted in the solicitation. This project description is not intended to be all encompassing in the descriptions. NAICS AND SIZE STANDARD: The NAICS code for this project is 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard, based on average annual receipts is $14 Million. PERIOD OF PERFORMANCE: See solicitation. TYPE OF SET-ASIDE: Total Small Business Set-Aside. The Government intends to award without discussions. SOLICITATION RELEASE DATE: The anticipated release date for W912P5-13-B-0009 is on or about 16 July 2013, with a projected bid submission date of 15 August 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 will be available in the solicitation. The IFB documents for this procurement will be posted on 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. NOTE: This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept bids as a result of this Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-13-B-0009/listing.html)
 
Place of Performance
Address: Pickwick Landing Lock, 850 Carolina Lane, Counce, TN 38326, Hardin County, TN, General Joe Wheeler Lock, 100 Highway 101, Rogersville, AL 35652, Lauderdale County, AL, United States
 
Record
SN03104757-W 20130703/130701235044-3113c9b9ec84417c03d8b562831ff25f (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.