Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2020 SAM #6820
SPECIAL NOTICE

Z -- Notice of Intent to Sole Source

Notice Date
7/30/2020 12:41:38 PM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
 
ZIP Code
61299-5001
 
Solicitation Number
W912EK18C0036_MOD
 
Response Due
8/14/2020 10:00:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Katelyn Nelson, Phone: 3097945340
 
E-Mail Address
katelyn.t.nelson@usace.army.mil
(katelyn.t.nelson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Rock Island District (MVR), intends to procure for the demolition of the existing lower guide wall and construction of a new guide wall, on a sole source basis, with General Constructors, Inc. of Bettendorf, IA, in accordance with the statutory Authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements.� In accordance with FAR 6.302-1(a)(2)(iii)(A) and 6.302-1(1)(2)(iii)(B); services may be deemed to be available only from the original source in the case of follow-on contract for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition or unacceptable delays in fulfilling the agency�s requirements. In this instance, substantial duplication of costs is anticipated if this modification is not awarded. This will be a Modification to contract W912EK18C0036, Mississippi River Basin, Mississippi River Project Office, Lock and Dam 14, Pleasant Valley, IA; Dock Wall. This modification for the lower guidewall repair includes the demolition of the existing lower guidewall and construction of a new guidewall, which will involve; installation of sheet pile, installation of a soldier pile wall, excavation and backfill, placement of tremied concrete, installation of a concrete cap with miscellaneous steel appurtenances such as guardrails, check posts, and wall armor; and the installation of electrical supply, exterior lighting, and navigation signage. Floating plant will be required to access and perform some portions of work.� It is anticipated that all work to be completed under this modification will begin during the fall of 2020 and then continue during the spring & summer months of 2021. The dock wall repair, (also known as the upper guidewall) under the existing contract of W912EK18C0036, involves the demolition of the existing wall and construction of a new wall on both land and water, which involves; installation of sheet pile, installation of a soldier pile wall, excavation and backfill, placement of tremied concrete, installation of mooring piles, installation of a concrete cap with miscellaneous steel appurtenances such as check posts and wall armor; and the installation of electrical supply, water lines, exterior lighting, and navigation signage. Floating plant has been required to complete some portions of work. The NAICS code for this procurement is 237990 with a size standard not to exceed $36,500,000.00. The modification for the lower guidewall repair as described, is a follow-on for the highly specialized construction repairs that are currently being performed on the upper guidewall. These repairs are considered highly specialized due to the repairs requiring specific construction techniques and construction taking place in a small area near existing buildings. The construction techniques require the use of floating plant, divers, pile driving equipment to install soldier piles and sheet piling, installation of precast panels as part of the soldier pile wall, placement of underwater concrete (tremied mass concrete), and excavation and backfiling operations in close proximity to existing buildings. The use of cofferdams on the Mississippi River is also considered highly specialized, as the contractor has to complete a detailed design of a steel cofferdam that is able to withstand the river forces. The cofferdam installation is extremely important, as this is a major life safety issue. Additionally, installation of drilled shafts for this project is considered highly specialized since it requires the use of large steel drill bits that need to drill through bedrock, with continuous precision monitoring to ensure that the vertical alignment is accurate. The equipment and expertise necessary to perform these work items is not a common capability amongst contractors. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any small-business firm that believes it can meet the requirement may give written notification to the Contracting Officer. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. A determination by the government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The US Army Corps of Engineers, Rock Island District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirement listed. In order to receive a government award, a firm must be registered in the System for Award Management Database (SAM) at www.beta.sam.gov. Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Questions should be directed to Katelyn Nelson at katelyn.t.nelson@usace.army.mil. Capability Statements shall be received No Later than Thursday 14 August 2020 at Noon, 12:00PM CST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c21f2a209aa94b1fa65f1a85f19b92bd/view)
 
Place of Performance
Address: Pleasant Valley, IA, USA
Country: USA
 
Record
SN05739518-F 20200801/200730230147 (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 |
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.