Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912P522Q0036
Pre-Solicitation Synopsis Solicitation Number: W912P522Q0036 Notice Type: Pre-Solicitation Synopsis: USACE Nashville District intends to issue a Request for Quote (RFQ) solicitation for this requireme...
Pre-Solicitation Synopsis Solicitation Number: W912P522Q0036 Notice Type: Pre-Solicitation Synopsis: USACE Nashville District intends to issue a Request for Quote (RFQ) solicitation for this requirement. This is a Pre-solicitation 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: The Nashville District Contracting Division has a requirement that will include the contractor providing all necessary equipment, labor, and materials for the fabrication and delivery of a hydraulic steel structure called a bulkhead (or stoplog), which are stackable structures used to create temporary damming surfaces across the dam spillways. The contract requires fabrication of one (1) new section, approximately 58’-0” long, 8’-0” tall, and weighing approximately 60,000 pounds. This section will be used with existing sections to create the full damming surface. After fabrication, the structures are required to be blasted to white metal (SSPC SP 5) and painted with the 5-E-Z moisture cure urethane paint system. The contract USACE will have with the Contractor is a “supply” contract; they will only be required to fabricate, paint, and deliver the bulkhead section. The fabricator will deliver the stoplogs to Barkley Dam located in Grand Rivers, KY. The project drawings and reference documents will be included with the solicitation. The fabricator is required to have one of the following AISC certifications at the time of bidding and throughout the contract period of performance: AISC Certified Metal Hydraulic Fabricator (HYD) AISC Certified Bridge Fabricator – Simple (SBR) AISC Certified Bridge Fabricator – Intermediate (IBR) Additionally, the fabricator is required to have the AISC Fracture Critical Endorsement (FC) at the time of bidding and throughout the contract period of performance. Additionally, the welding is required to be performed in accordance with the American Welding Society requirements specified in AWS D1.5. Welders and welding operators shall be qualified appropriately. Welding Procedure Specifications shall be qualified and adhered to. A Fracture Control Plan shall be developed and adhered to. A weld tracking log shall be developed and adhered to. Inspection and Testing shall be performed by appropriately qualified individuals. Additionally, the structures are required to be coated by a qualified painting contractor possessing the appropriate SSPC Certification (QP1, QP2, QP3) or AISC Certification for Sophisticated Paint Endorsement (SP1, SP2, SP3). Qualified paint applicators are also required. The delivery date is 240 days after award. This is a Pre-solicitation notice, the full solicitation with all drawings and specifications is expected to be issued in July 2022. NAICS CODE AND SBA SIZE STANDARD: 332312, Fabricated Structural Metal Manufacturing, with a size standard of 500 employees (PSC: J054) TYPE OF SET-ASIDE: 100% Total Small Business Set-aside