Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
MODIFICATION

Z -- Barkley Power Plant - Powerhouse Intake Gates Repair and Painting, Kuttawa, Lyon County, KY

Notice Date
7/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-14-B-0008
 
Response Due
8/29/2014
 
Archive Date
9/29/2014
 
Point of Contact
Heather Turner, 615-736-7939
 
E-Mail Address
USACE District, Nashville
(heather.d.turner@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers intends to issue an Invitation for Bid (IFB) for a firm fixed price construction contract for Powerhouse Intake Gates Repair and Painting at Barkley Dam, Kuttawa, Lyon County, KY. This is a Presolicitation Notice. 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 proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: Barkley Dam is located at river mile 30.6 above the mouth of the Cumberland River in Western Kentucky. The Lock and Dam is adjacent to the town of Grand Rivers, KY along State Highway 62. Barkley Lock and Dam is comprised of, from west to east, a Western Embankment section, Navigation Lock, 12 Spillway Gates, a Powerhouse, and an Eastern Embankment. The Powerhouse has six type steel intake gates, each 45 feet 8 inches tall by 21 feet 4 1/2 inches wide. The six intake gates have many areas of light corrosion and a few areas of heavier corrosion. The coated metal on the gates does contain lead. The work covered by this contract includes surface preparation and coating of all metal surfaces of the intake gates, replacing all rubber seals, upstream bottom half roller track plates and anodes on the gates. Roller track plates are approximately 22 feet 2 inches from the bottom of the gate to the middle splice on the left and the right side of the gate. Anode replacements include supported bars, supported straps, insulation at the strap areas and fasteners. Replace ten percent of the rubber seal fasteners. The Contractor shall properly and safely secure the gates from damage while performing required work on each gate. The Contractor shall provide all materials, equipment, and labor necessary to complete the work and ensure that the intake gates and appurtenant areas are clean and ready for operation. The bid schedule is set up with the base bid to include intake gates 1, 2, and 3 and each of the remaining intake gates is set up as an option. 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 237990 with a small business size standard of $36,500,000. MAGNITUDE OF CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. PERIOD OF PERFORMANCE: The period of performance for the base is 390 calendar days. Each option has a period of performance of 45 calendar days. 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. The solicitation will require a bid guarantee. The Contract will require payment and performance bonds for 100% of the contract price. Offerors must have sufficient bonding capacity. SOLICITATION RELEASE DATE: The anticipated release date for W912P5-14-B-0008 is on or about August 5, 2014, with a projected bid submission date of September 4, 2014. The plans and technical specifications will be available at the time of solicitation release. 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 Army Single Face to Industry (ASFI) database. 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. as the Government will not be maintaining a mailing list. The project location has special security requirements that will be identified in the solicitation. These special security requirements may be more stringent than what is normally required for work on Federal projects. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Heather Turner, telephone: 615-736-7939, fax: 615-736-7124, email: Heather.D.Turner@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. It does not constitute 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/W912P5-14-B-0008/listing.html)
 
Place of Performance
Address: USACE District, Nashville - Barkley Power Plant 8439 US Highway 62 W Kuttawa KY
Zip Code: 42055-9754
 
Record
SN03444686-W 20140802/140731235324-af21d2b7061b67a32faafe13c7ee5ea9 (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.