Trade Leads

CONSTRUCTION SERVICES NEEDED
Construction of structures and facilities NAICS Code: 237 -- Heavy and Civil Engineering Construction/237990 -- Other Heavy and Civil Engineering Construction Work involves constructing a floating boat barrier system spanning across Lower Monumental Dam forebay to restrain vessels that may inadvertently approach the spillway. The barrier will span a total of 1750 feet across the river and will be installed approximately 700 feet upstream of the dam powerhouse and spillway. Booms, associated products and connection hardware shall have a minimum tensile resistance of 54,000 lbs with a factor of safety of 1.5. The boom shall be international orange, cylindrical in shape, resist rolling, and contain bird spikes. Concrete anchor blocks shall be fabricated and install with all accessories to secure the barrier. Verification of the proper placement and orientation of the concrete anchor blocks by means of an underwater remote-operated vehicle (ROV) equipped with video recording and GPS abilities. The construction magnitude is estimated between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. NAICS code for this project is 237990, and the small business size standard is $36,500,000 average annual receipts. Solicitation No. W912EF-14-B-0015 will be posted to the FBO website on or about August 1, 2014. Solicitation is open to small business concerns only. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to jani.c.long@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be accessible via FedBizOpps.gov https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page 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. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.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 quote mark Add Me To Interested Vendors quote mark button in the listing for this solicitation on FedBizOpps.gov. Contracting Office Address: USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876 Place of Performance: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA 99362-1876 US Primary Point of Contact.: Jani C Long jani.c.long@usace.army.mil Phone: 509-527-7209 Fax: 509-527-7802