Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2015 FBO #4827
SOLICITATION NOTICE

Z -- Construct Replacement Wickets at Lock and Dam 53 - Grand Chain, IL

Notice Date
2/9/2015
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-15-R-0019
 
Response Due
3/27/2015
 
Archive Date
4/26/2015
 
Point of Contact
Patrick Duggins, 502-315-6187
 
E-Mail Address
USACE District, Louisville
(patrick.j.duggins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0019 for the construction of the replacement wickets at Lock and Dam 53 in Grand Chain, IL. The contractor shall provide all labor, equipment, and materials necessary to perform all operations in lifting and setting a government furnished dive deflector box that will be used to support USACE employees and divers for the replacement of dam wickets (government furnished) at Locks & Dam 53. The project site is located on the Ohio River, 962.6 miles downstream from Pittsburgh. Contractor fleet support shall consist of, but is not limited to, positioning the contracted fleet, anchoring the contracted fleet, underwater excavation, transporting a 60 ton dive deflector box, and picking/setting a 60 ton dive deflector box in open river dam down flowing water conditions and slack water dam up conditions. The minimum equipment required would be an appropriate size towboat capable of positioning and holding the contracted fleet in an open river condition. The contractor shall provide a suitable capacity floating crane capable of picking a 60 ton load with the center of the hook 40' from the deck of the crane's working end with winches or capstans to hold a horizontal 18kip force created by setting the deflector box in flowing water. The contractor shall provide a suitable sized flat deck barge to transport/store the 21'wide by 34' long by 25' tall deflector box and the four 5' wide by 21' long by 1' thick shutters. Floating equipment capable of excavating along a concrete sill face at a depth of 26' below the water surface will be required to be provided by the contractor. Anchoring capabilities to hold the contracted fleet and deflector box horizontal forces in position during open river conditions with river velocities reaching 6 fps will be required to be provided by the contractor. All equipment and personnel will need to comply with safety standards and regulations from the USACE EM 385-1-1 Safety Manual. The work will start on or around June 1, 2015 and be completed no later than October 30, 2015. Onsite standby rates and onsite working rates will be utilized during the period of performance to address the scenario where river elevations exceed the dive deflector box working elevation of 293. The Contract Duration is one hundred fifty three (153) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. TYPE OF SET-ASIDE: This acquisition will be a full and open procurement with no set-aside. SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using the Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000, in accordance with FARS 36.204. The target ceiling for this contract is approximately $4,000,000. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 24 February 2015. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. If, at the time of award, an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Brien (Neal) Burner, at brien.burner@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03637805-W 20150211/150209235257-9476f0c6efe750e9b339ab39057e1bae (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.