Stilling Basin Stoplog Fabrication for B. Everett Jordan Dam and Lake
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jan 12, 2023 10:39 am EST
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Dec 31, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 9999 - MISCELLANEOUS ITEMS
- NAICS Code:
- 332312 - Fabricated Structural Metal Manufacturing
- Place of Performance:
Description
The U.S. Army Corps of Engineers, Wilmington District requires a contract for the Fabrication of Stilling Basin Stoplogs
The work will primarily consist of two tasks: 1) fabricating and assembling two (2) stoplog structures; and 2) shipment to B. Everett Jordan Dam. All work will be performed in accordance with the contract drawings and specifications. Work also involves preparing final “As-Built” documents.
B. Everett Jordan Dam stilling basin stoplogs are hydraulic steel structures with dimensions 24’-6” wide and 4’-8” in height. The stoplog unit shall be a complete welded steel structure
with fabrication and assembly performed in a fabrication shop. Side seals are J-type rubber seals, and the bottom seals are rectangular. The weight of each stoplog is approximately 6,000 pounds. B. Everett Jordan Dam and Lake is in Chatham County North Carolina.
FCM are shown on the Contract Drawings and include all attachments and connections to these members as defined in AWS D1.5M/D1.5. All materials to be welded must be ASTM A709/A709M, killed steel, grade as specified or shown on the drawings. Use Grade 50 steel unless otherwise shown or specified. Mill repairs of base metal are prohibited. Unless otherwise indicated or specified, meet toughness requirements for fracture critical members in tension in accordance with ASTM A709/A709M for Zone 2. All materials used for the construction of fracture critical components must meet the applicable requirements of ASTM A709/A709M for fracture critical components. Welding for fracture critical members must meet all requirements of AWS D1.5M/D1.5 AASHTO/AWS Fracture Control Plan (FCP) for Nonredundant Members Clause.
This solicitation is a 100% Small Business Set Aside.
The contract issued will be Firm Fixed Price.
This solicitation will be issued in electronic format through Unison Marketplace only and will be available on or about 18 January 2023.
The North American Industry Classification System (NAICS) code is 332312–Fabricated structural metal manufacturing and the size standard is 500 employees.
Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://sam.gov. After completing SAM, in order to download documents, contractors and their subcontractors must register at http://unisonglobal.com. In order to locate the solicitation, Contractors can go to http://unisonglobal.com and search for the solicitation number.
Contractors can register to be put on a plan holders list that others can access through the http://sam.gov. website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact James Arnold, Contract Specialist, phone 910-251-4473, or email james.p.arnold@usace.army.mil or Ms. Troy D. Small at 910-524-4650/email troy.d.small@usace.army.mil.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
- WILMINGTON , NC 28403-1343
- USA
Primary Point of Contact
- James P. Arnold
- james.p.arnold@usace.army.mil
- Phone Number 9102514473
Secondary Point of Contact
- Troy Small
- troy.d.small@usace.army.mil
- Phone Number 9105244650
History
- Feb 24, 2023 08:11 am ESTPresolicitation (Updated)
- Feb 24, 2023 08:09 am ESTPresolicitation (Updated)
- Jan 12, 2023 10:39 am ESTPresolicitation (Original)