SOLICITATION NOTICE
H -- Lock and Dam 5 Routine Gate Maintenance QA Services
- Notice Date
- 10/18/2023 1:47:05 PM
- Notice Type
- Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
- ZIP Code
- 55101-1323
- Solicitation Number
- W912ES2323Q0096
- Response Due
- 10/27/2023 1:00:00 PM
- Archive Date
- 11/11/2023
- Point of Contact
- Scott E. Hendrix, Kenneth J. Eshom
- E-Mail Address
-
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- 10-18-2023:� Amendment 0001 posted to extend quote due date to October 27,2023 @ 3:00pm CT� The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor capable of providing Quality Assurance Inspection services for the Lock and Dam No. 5 Routine Gate Maintenance project. Lock and Dam 5 is located at 12554 Highway 61, Minnesota City, MN� 55959. Required services include work associated with the following Lock and Dam 5 Routine Gate Maintenance activities: QA Inspection and Verification of Construction Contractor�s inspections, Reviewing Construction Contractor�s Steel Repair Plan based on the steel repair inspections, QA testing and inspection of steel repairs, and QA inspections of Construction Contractor�s Painting Means and Methods, Review and Response to applicable requests for information (RFI).� It is anticipated that this project will be solicited between the date of this posting, and September 30, 2023. �All dates are tentative and for planning purposes only.� The North American Industry Classification System (NAICS) code for this project will be 541380; Testing Laboratories and Services with a size standard of $19.0 Million. The resulting contract shall be a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year period of performance and four (4) option years. The solicitation shall be set-aside for Service Disabled, Veteran-Owned Small Businesses (SDVOSB).� In order to qualify as an SDVOSB for this solicitation, firms must be registered as an SDVOSB in the system for Award Management (SAM).� The solicitation will be a request for quote (RFQ) and will be evaluated using comparative evaluations in accordance with FAR 13.106-2 No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice.� The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d405df3ab3d43a38eed78393b7eb418/view)
- Place of Performance
- Address: Jordan, MN 55352, USA
- Zip Code: 55352
- Country: USA
- Zip Code: 55352
- Record
- SN06862082-F 20231020/231018230039 (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 |