Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
SOLICITATION NOTICE

Y -- Mooring Cell Construction Wheeler Lock

Notice Date
7/24/2017
 
Notice Type
Presolicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P517B0012
 
Point of Contact
Debra Barlow, Phone: 6157367933, Lether E. Robinson, Phone: 6157367915
 
E-Mail Address
debra.a.barlow@usace.army.mil, lether.e.robinson@usace.army.mil
(debra.a.barlow@usace.army.mil, lether.e.robinson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Invitation for Bid (IFB) solicitation for Mooring Cell Construction at Wheeler Lock and Dam, Rogersville, AL. 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: USACE anticipates a base with one (1) option; firm fixed-price construction contract to accomplish the following work at Wheeler Lock and Dam: 1) Access by water. Most work will be located at Tennessee River Mile (TRM) 275.7 and 275.8 immediately upstream of the dam. The only access to provide equipment and materials to this worksite will be by water or across the channel for the lock's upper approach. 2) Government furnished property. Sheet piles will be Government furnished and are stored at the Barkley Lock & Dam Storage Yard (NAD 83 & NAVD 88 - E: 917030.8, N: 1898736.0). All other materials shall be provided by the contractor. The contractor will be responsible for pick up and transporting all sheet piles specified without damage. A crane may be necessary to move sheet piles closer to or onto the floating barge. No spreader bar or cellular sheet pile template will be provided and will be the responsibility of the contractor. 3) Mooring Cell #1 Construction. The new mooring cell will be 40.5 ft Diameter by approximately 65 ft height located at TRM 275.7. Approximately 40 feet of water and 8 feet of overburden until weather and fractured rock is expected. The contractor must excavate a 50 feet diameter circle top 3 feet of overburden at the cell's center. After the sheet piles have all been driven a diver must inspect the sheet piles for any interlock concerns. An inspection shall be made of each cell location within the Wheeler locations. A concrete seal shall then be placed above the overburden. Once the concrete has adequately cured, the remaining height of the cell shall be filled with aggregate. OPTIONS: 1) Mooring Cell #2 Construction. The new mooring cell will be 40.5 ft Diameter by approximately 65 ft height located at TRM 275.8. Approximately 40 feet of water and 8 feet of overburden until weather and fractured rock is expected. The contractor must excavate a 50 feet diameter circle top 3 feet of overburden at the cell's center. After the sheet piles have all been driven a diver must inspect the sheet piles for any interlock concerns. An inspection shall be made of each cell location within the Wheeler locations. A concrete seal shall then be placed above the overburden. Once the concrete has adequately cured, the remaining height of the cell shall be filled with aggregate. The cells shall be approximately 500 feet apart. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238120; Structural Steel and Precast Concrete Contractors, with a small business size standard of $15 million. TYPE OF SET-ASIDE: 100% Total Small Business Set-Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from the IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract with a base and one option to the company that provides the lowest priced bid who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. PERIOD OF PERFORMANCE: The anticipated period of performance for the base and option is approximately 260 calendar days. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around August 15, 2017. The performance work statement will be available at the time of solicitation release. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in SAM, www.sam.gov, in order to receive a Government contract award. Offerors must have their representations and certifications available on-line in SAM or provide them with their proposal in order to receive a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Debra Barlow, telephone: 615-736-7933, fax: 615-736-7124, email: debra.a.barlow@usace.army.mil and Lether Robinson, telephone: 615-736-7915, fax: 615-736-7124, email: lether.e.robinson@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail or facsimile. It must identify the Solicitation number, company name, address, e-mail address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P517B0012/listing.html)
 
Place of Performance
Address: Rogersville, Alabama, United States
 
Record
SN04592652-W 20170726/170725085230-12ace10b31b6123a4d905d45fc266b23 (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.