MODIFICATION
Z -- Illinois River Basin, LaGrange Lock and Dam, Major Rehabilitation
- Notice Date
- 3/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK18R0001
- Archive Date
- 4/2/2018
- Point of Contact
- Carissa McKinley, Phone: 3097945661
- E-Mail Address
-
carissa.j.mckinley@usace.army.mil
(carissa.j.mckinley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTIFICATION TO INDUSTRY: DRAFT SOLICITATION W912EK18R0001 LAGRANGE LOCK AND DAM MAJOR REHABILITATION This notice does not constitute a solicitation but rather an announcement for DRAFT solicitation W912EK18R0001, LaGrange Lock and Dam Major Rehabilitation. DISCLAIMER: This is a DRAFT Solicitation to obtain industry input and questions pertaining to the specifications and drawings for the LaGrange Lock and Dam Major Rehabilitation effort. The information provided in this notice is subject to change and is not binding on the Government. This notice DOES NOT constitute a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services. The purpose of this announcement is to provide DRAFT Solicitation W912EK18R0001, LaGrange Lock and Dam Major Rehabilitation, and all associated documents. The Rock Island Districts request interested contractors to review the DRAFT Solicitation along with the associated documents and provide feedback using the Bidder Inquiry information contained in clause MVR.02. The question and open period will be open until 31 March 2018 at 2:00pm CT. To obtain copies of the entire specification package and the drawing package, a request must be sent to the Contract Specialist Carissa McKinley, carissa.j.mckinley@usace.army.mil. Due to the large file size, the specification and drawing packages will be provided through an alternative means other than the Government Point of Entry, Federal Business Opportunities (FBO). In the request for access, include the following in the subject line "Access request, DRAFT solicitation W912EK18R0001, LaGrange Major Rehabilitation". The Government will not provide a response to the comments. However, the comment will be considered and will be reflected in the final solicitation, if applicable No funds are available to pay for preparation of responses to this notification. Any information submitted by respondents is strictly voluntary. No basis for a claim against the Government shall arise as a result from a response to this announcement. Response to this notice is strictly voluntary. The Government will not reimburse any party attending or participating for costs incurred for this event or marketing efforts. DISCLOSURE NOTIFICATION AND PROCEDURES Do not submit proprietary information. Any information provided will not be held in confidence and may be incorporated into the design of the Project. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice. Any information whether written or oral, provided by a contractor will not be considered confidential and may be incorporated into the design of the Project. ------------------------------ Illinois River Basin, LaGrange Lock and Dam, Major Rehabilitation The work includes, but is not limited to, lead abatement; demolition; temporary facilities; surveying; dewatering and protecting lock chamber and maintaining dewatered lock chamber; removing debris within the lock chamber; blasting; installing lock dewatering observation wells; cleaning lock chamber floor weep holes; removing and replacing horizontal concrete; vertical concrete line drilling, saw cutting, blasting, and grinding; precast concrete panel fabrication and installation; constructing four (4) Tainter valve concrete protective piers; removing and replacing miter gate anchorage; removing and replacing miter gate machinery including rotary actuators; removing and replacing Tainter valve cylinder; removing and repairing Tainter valves; installing PLC system; I-wall hydraulic power unit control building; HVAC work; electrical work; sewage lift station; fiber optic data system; fabricate control stands; fabricate miscellaneous metal items; hydraulic system and piping removal and replacement; removal of sand in pipe trenches; bubbler system installation; installing generators; testing and commissioning of electrical and mechanical systems; building renovation (doors and frames, windows and window treatments, painting), and thermoplastic polyolefin roofing; removing fuel tanks and testing contents; installing hand railing; concrete work; asphalt work; flagpole; seeding and site restoration. NAICS Code: 237990 Size Standard: $36,500,000.00 Estimated Range: $25,000,000 - $100,000,000 Unrestricted Procurement- Best Value Trade Off Basis for award: This construction contract will be awarded using competitive negotiations procedures for achieving the Best Value to the Government through the Source Selection Process. The Source Selection will be conducted in accordance with procedures prescribed in FAR Part 15. The Government will select for award the proposal that is most advantageous and represents the best overall value to the Government, considering the Technical Approach, Past Performance, Small Business Participation and Price, along with their respective sub-factors (as applicable). Any contractor wanting information pertaining to any small business concerns shall request assistance from the Rock Island District's Small Business Representative. Beth M. White Deputy, Small Business Programs US Army Corps of Engineers, Rock Island District Elizabeth.M.White@usace.army.mil Desk: 309-794-5205 Cell: 309-422-6595 Notice is given, in accordance with FAR clause 52.232-18 Availability of Funds (APR 1984), funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK18R0001 /listing.html)
- Place of Performance
- Address: LaGrange Lock and Dam, Versailles, Illinois, 62378, United States
- Zip Code: 62378
- Zip Code: 62378
- Record
- SN04839757-W 20180303/180301231444-e2a5e2a5932ed3b936171f6978fd793e (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 |