AMENDMENT 0002 PLUS AMENDMENT NARRATIVE, AM0002 01 12 00 FP PH1 SURGE TANK SPECS, AND AM0002 W9128F25BA002 4 OF 4 FP PH1 SURGE TANK REPAIR REFERENCE DRAWINGS ARE POSTED IN THE ATTACHMENT SECTION OF THIS SOLICITATION. ACKNOWLEDGEMENT OF ALL AMENDMENTS MUST BE PROVIDED WHEN SENDING IN STEP ONE AND STEP TWO OF THE OFFER.
==================================================================
AMENDMENT 0002 TO EXTEND THE SOLICITATION DUE DATE FROM 5 JUNE 2025 12 JUNE 2025 WILL BE POSTED TOMORROW MORNING.
===========================================================
AMENDMENT 0001 TO UPDATE THE 2100 INSTRUCTIONS. PLEASE REVIEW AND ACKNOWLEDGE THE AMENDMENT AND PROVIDE WHEN SENDING IN THE STEP-ONE TECHNCIAL APPROACH.
===========================================================
SITE VISIT SIGN IN SHEET POSTED.
============================================================
This SOLICITATION is for W9128F25BA002.
The U.S. Army Corps of Engineers, Omaha District intends to issue a Two-Step IFB solicitation for “Fort Peck PH 1 Surge Tank Roof Replacement”. The solicitation will close on or about 5 June 2024 by 2:00 PM CT. Step-One will be for the Technical only. NO pricing information will be provided during the Step-One process.
DESCRIPTION OF WORK:
The Surge Tank roof of the Ft. Peck Powerhouse, constructed in the 1940s, requires restoration to its original design in compliance with Montana State Historical Preservation Office (SHPO) regulations. The project involves the complete removal of existing roofing layers, including felt and Ludowici Provincial clay tile shingles, and the replacement with new Ludowici tiles that match the original materials to ensure historical accuracy. The roof, situated 272.48 feet above grade with an 8:12 slope and spanning 40 feet in diameter (2,500 square feet), currently features original clay tiles, 15-pound asphalt-impregnated waterproof felt with coal-tar pitch, and 2½" nailable precast concrete roof slabs secured with copper nails. The restoration will replace the clay tiles, copper flashings, and potentially the asphaltic waterproofing, while preserving the structural integrity of the precast concrete panels and maintaining the historical character of the Ft. Peck Dam. Comprehensive documentation will be kept throughout the project to track all aspects of the restoration and ensure adherence to historical preservation standards.
Site Visit:
A Site Visit will be scheduled and additional information regarding the site visit will be provided in the solicitation. Site Visit Date, Time and location is listed under FAR 52.236-27. Please respond to Mr. Zachary Watts your intent to attend the site visit.
MAGNITUDE OF CONSTRUCTION:
The estimated magnitude of construction for this project is between $1,000,000 and $5,000,000.
Place of Performance:
Fort Peck Dam, Valley County, Montana
Contracting Office Address:
USACE Omaha District
1616 Capital Ave, Omaha, NE 68102-4901
Point Of Contact:
All questions regarding this pre-solicitation should be made to the Contract Specialist,
Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database (https://sam.gov) exists and directed solicitation provisions concerning electronic annual Representations and Certifications on 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 for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via SAM.gov. Registration is required to access solicitation documents. SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendment current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update. Lynne Reed, who can be reached by email: lynne.d.reed@usace.army.mil.