Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

H -- Spillway Gates Nondestructive Testing at Fort Randall Dam, SD

Notice Date
7/28/2020 4:18:05 AM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F20Q0031
 
Response Due
8/18/2020 12:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Daniel D. Monahan, Phone: 4029952886, Nadine Catania
 
E-Mail Address
daniel.d.monahan@usace.army.mil, nadine.l.catania@usace.army.mil
(daniel.d.monahan@usace.army.mil, nadine.l.catania@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
On or about 28 July 2020, the Government intends to issue a solicitation for Spillway Gates Nondestructive Testing at Fort Randall Dam, SD.� The solicitation will close on or about 18 August 2020.�� The solicitation is 100% Small business set aside.��� Site Visit A site visit at Fort Randall Dam will be held on 3 August 2020.� The details of the site visit are contained within the solicitation. Project Description:� The work required by this project will be non-destructive testing services including shear wave ultrasound, phased array ultrasound, magnetic particle testing, and dye penetrant testing.� The intent of this contract is to more accurately determine sizes and locations of flaws in welds and steel castings on the Spillway Gates at Fort Randall Dam.� Work will also use phased array ultrasound to measure extent of loss due to corrosion of steel plates where plates are embedded in concrete.� Testing will require removal of vinyl paint at the locations to be tested and re-coating with a vinyl paint system. Work will be on the downstream side of the gates with the gates closed. Shielding of work areas from gate seal leakage may be required. Access to the locations to be tested will require temporary work platforms or other special access methods. NAICS Code:� The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is 541380, Testing Laboratories, with a size standard for Small Business of $16.5 Million. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (beta.sam.gov). Find solicitation announcement in Fed Biz Opps (beta.sam.gov) Use the �Quick Search� to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Find Opportunities� (large arrow in the middle of the page) or use the �Opportunities� tab followed by the �Advanced Search� tab.��� By using the �login� feature, it allows additional search features and allows you to keep your searches.� Login might be required on some solicitations that are considered restricted. Once you have located your project, click on link to solicitation to view the project.� Files may be downloaded from the column on the left side reading �Attachments/Links�. � Offerors: Please be advised of on-line registration requirement for Representations and Certifications Application is located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Point Of Contact: � All questions shall be submitted into ProjNet.� The details of accessing this system are contained within the solicitation.� � Note:� Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM.� Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective for one year from date of submission or update to SAM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2ca3dbdbaf646038619ee5dcc809da6/view)
 
Place of Performance
Address: Pickstown, SD 57367, USA
Zip Code: 57367
Country: USA
 
Record
SN05735859-F 20200730/200728230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.