SPECIAL NOTICE
Y -- Kentucky Lock-Downstream Lock Monolith Industry Day
- Notice Date
- 2/24/2020 6:40:43 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P5-FY20-KY-DLM-IndustryDay
- Response Due
- 2/27/2020 9:00:00 AM
- Archive Date
- 06/15/2020
- Point of Contact
- Jessica L. Baker, Phone: 6157365640
- E-Mail Address
-
jessica.l.baker@usace.army.mil
(jessica.l.baker@usace.army.mil)
- Description
- ****UPDATE February 24, 2020: The Draft 80% Plans and Specifications have been uploaded (February 21, 2020) to this website for your review.� KYL DSLM_InustryDay_Plans_Folio_1 file has been revised (February 24, 2020) to include geology drawings and an updated index to match. Industry is invited to send comments, questions, and concerns regarding the draft design/construction to the following email address: Jessica Baker at Jessica.L.Baker@usace.army.mil even if they are unable to schedule a private feedback session or attend industry day. It is requested that all comments be submitted no later than 12:00pm CST on 31 March 2020. The Government will not formally respond to the comments, questions, and concerns, however it will be taken into consideration when finalizing the solicitation documents. Industry Day Special Notice Downstream Lock Monolith Construction Description: The U.S. Army Corps of Engineers (USACE), Nashville District, is conducting an Industry Conference on 3 March 2020 to seek feedback from potential contractors on the Downstream Lock Monolith Contract at Kentucky Lock and Dam at Grand Rivers, KY. The intent is for USACE to present Draft 80% Plans and Specifications, draft breakout of Options� scope, draft bid schedule, and a Concept of Construction for industry review. This is expected to be a base contract with more than 10 options.� USACE seeks feedback from a contractor perspective towards clarity and constructability of the current plan for base and option line items, which is based on the anticipated funding stream for the overall project. USACE also seeks input to several alternative timelines for award of this contract. The Draft 80% Plans and Specifications will be uploaded to this website for your review on or about 21 February 2020. THIS IS NOT A SOLICITATION AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a Special Notice and is for planning purposes only as defined by FAR 15.201. This is not a solicitation announcement, nor is it an Invitation for Bid (IFB), Request for Proposal (RFP), or Request for Quote (RFQ). No solicitation is currently published. Participation in this conference by any party does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. The Government is not responsible for any costs associated with: reviewing the Draft Documents, preparing and submitting comments, or any other efforts towards participation in this conference. Furthermore, the Government is not obligated to compensate respondents for any information received, even if the Draft Documents are revised as a result of a respondent's comment or question. Respondents should refrain from providing proprietary information in the course of the conference, since any information acquired by the Government in this forum will not be treated as proprietary. The information gathered will be used by the Government to make appropriate acquisition decisions. Replies to responses, comments, or suggestions will not be provided or published. The major components of the Kentucky Lock Downstream Lock Monoliths contract include: Limited, staged rock excavation (i.e., checkerboard excavation) adjacent to the existing lock land wall for the new lock�s middle wall. � Placement of approximately 400,000 cubic yards of concrete in the construction of 51 concrete monoliths to be located just downstream and connected to the existing 9 upstream monoliths.� The monoliths wall sections are typically trapezoidal in shape, average 108 feet in height and have base widths up to 90 feet.� Installation of multiple steel embeds including six culvert bulkhead slot frames, floating mooring bit frames, and recessed ladders. � Fabrication and installation of the single skin plate, horizontally framed downstream miter gates.� The gates are 94 feet tall, approximately 62 feet wide, and each leaf weighs approximately 1,000,000 pounds.� Complete minor adjustments and miter block grouting for the already installed upstream miter gates. � Construction of two bridges across the locks.� The vehicular middle wall bridge spans the 110 foot existing lock and is a precast box bridge.� The pedestrian/utility bridge spans both 110 foot locks with a center pier and is a cable stayed bridge. � Grouting of lock wall foundation in limestone bedrock. � Utilizing onsite borrow, place approximately 1,000,000 cubic yards of soil backfill against the completed land wall. � Fabricate and install 17 floating mooring bits. The estimated performance period for this contract is 56 months. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990, Other Heavy and Civil Engineering Construction. Small Business size is $36.5M. The magnitude of this project is between $250,000,000 and $500,000,000 The following information is provided in this Special Notice: Event: Industry Conference �Date: 3 March 2020. �Time: 9:00 a.m. CST � Location: Grand Rivers Community Center 155 W. Cumberland Ave. Grand Rivers, KY 42045 Conference:� The conference will commence at 9:00 am CST with presentations by Corps of Engineers contract specialists, engineers, and geologists.� Questions and dialogue with all participants will be encouraged.� This conference will conclude by noon CST.� For those interested, a site visit to view ongoing construction and the project site will commence at 1:00 pm CST, registration is required, see below.� One hour individual industry feedback sessions will be available for interested prime contractors.� There will be three (3) one (1) hour in person private sessions held in the afternoon following the industry conference.� Registration will be on a first come, first serve basis.� Additional private over the phone sessions can be requested/scheduled with interested prime contractors if the in person sessions are filled or a different date is more convenient for the contractor. ��Registration is required, see below. Conference Site Visit Portion: An organized site visit has been scheduled to occur during the conference. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. Visitors to the existing lock and cofferdam will have to provide their own Personal Protective Equipment including steel-toe footwear, hard hats, safety glasses and reflective vests. Only registered persons will be permitted to attend the site visit portion of the conference. In addition to the below information, also provide your firm�s name, CAGE and/or Unique Entity Identifier (UEI) number (formerly known as DUNS), and name and position title of primary point-of-contact and their telephone number and email address. SITE VISIT REGISTRATION: U.S. Citizens: To register, U.S. citizens interested in attending the site visit must submit a Nashville District (LRN) Security Access Form to Contract Specialist Jessica Baker, by email to Jessica.L.Baker@usace.army.mil no later than�three (3) business days prior to the site visit. If submitting the form in less than�three (3)�business days, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. The form is available as a pdf attachment� with this notice and is titled as Site Visit Registration Form. Foreign Nationals (FNs): FNs wishing to attend the site visit shall submit a completed LRN FN Security Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N- 561), Certificate of Naturalization (INS Form N-550 or N-570) unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS Form I�571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted two (2) weeks prior to the site visit. Exceptions will be considered on a case by case basis but will be limited. The form is available at: http://www.lrn.usace.army.mil/Portals/49/docs/Security/Sec%20508%20Foreign%20Nati onal%20Sec%20 Access%20Form%20JUN%202014.pdf Special Instructions- All participants are required to have personal protective equipment, i.e. hard hat, safety glasses, reflective vests, and steel-toed shoes before entering the project site. Contractors who do not have these items present at the Site Visit may not be able to participate in the visit. INDUSTRY DAY FEEDBACK SESSION REGISTRATION: Prime contractors interested in the private feedback sessions should send their request to Jessica Baker at Jessica.L.Baker@usace.army.mil.� Please include if you are requesting an in person session on March 3, 2020 or if you are requesting an over the phone session (will be scheduled on a separate day and coordinated with the contractor and Government personnel) your firm�s name, CAGE and/or Unique Entity Identifier (UEI) number (formerly known as DUNS), and name and position title of primary point-of-contact and their telephone number and email address. Industry is invited to send comments, questions, and concerns regarding the draft design/construction to the following email address: Jessica Baker at Jessica.L.Baker@usace.army.mil even if they are unable to schedule a private feedback session. It is requested that all comments be submitted no later than 12:00pm CST on 31 March 2020. The Government will not formally respond to the comments, questions, and concerns, however it will be taken into consideration when finalizing the solicitation documents. ***ATTENTION*** NEW SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION PROCESS: Effective June 29, 2018 vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20b2f7d6c3724097af15c04c65747eee/view)
- Place of Performance
- Address: Grand Rivers, KY 42045, USA
- Zip Code: 42045
- Country: USA
- Zip Code: 42045
- Record
- SN05570317-F 20200226/200224230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |