SOLICITATION NOTICE
Y -- Libby Dam Powerhouse Roof Replacement, Lincoln County, Montana
- Notice Date
- 6/1/2015
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-15-B-0015
- Response Due
- 7/16/2015
- Archive Date
- 8/15/2015
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- . The point-of-contact for administrative or contractual questions is Contract Specialist Caroline Mueller at email: Caroline.B.Mueller@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. FOR INFORMATION ONLY: This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Ms. Mueller at the email indicated above. Construction Project: U.S. Army Corps of Engineers (USACE), Seattle District, requires replacement of the Powerhouse Roof at Libby Dam. Work includes complete removal of the existing membrane and a partial tear-off of existing insulation. Construction will also include installation of new fall protection on the roof. Project work area access is restricted by the adjacency of the Powerhouse to the Kootenai River and the dam. Work also includes restrictions on the use of cranes, lifts and other equipment in the proximity of energized overhead transmission lines, transformers and transformer bus lines. Work consists of: DEMOLITION/DECONSTRUCTION: Total removal of existing single ply roofing membrane, walkway mats, roof flashing materials and joint coverings from the entire powerhouse, approximately 44,000 square feet of roof surface area. Removal of loose and degraded elastomeric coating applied to concrete surfaces of the downstream parapet wall. ROOF CONSTRUCTION: Installation of the roof membrane with a fully adhered ethylene propylene diene terpolymer (EPDM) single ply membrane over new roof cover board and associated membrane and stainless steel flashing, including joint covers. Reapplication of elastomeric coating to concrete surfaces on the downstream parapet wall. FALL PROTECTION: Installation of a continuous Horizontal Lifeline (HLL) fall protection system composed of cable and anchor points along the length (approximately 570 lineal feet) of the top of the downstream parapet wall. Installation of a guardrail system along the length of the upstream edge of the Powerhouse roof and at open edges of the four lean-to structures on the upstream face of the Powerhouse. Guardrail system includes incorporation of electrical grounding and connection to existing Powerhouse grounding system. Installation of permanent, fixed ladders on each of the lean-to structures. The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The resulting contract will be firm-fixed-price. Solicitation number W912DW-15-B-0015 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 16 June 2015. The solicitation will be an Invitation for Bids. Bids will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about bid opening. The NAICS code for this procurement is 238160, Roofing Contractors, and the associated small business size standard is $15,000,000 in average annual receipts. The solicitation will be issued as 100% Set-Aside for Small Business concerns. A site visit will be offered approximately 2 weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.fbo.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 www.fbo.gov. The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-B-0015/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
- SN03748265-W 20150603/150601234648-bc9aeedc8bf8475cad257490156b89fd (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 |