SOLICITATION NOTICE
Y -- Dashields Waterway Sign Installation and Mooring Cell Repairs
- Notice Date
- 9/8/2020 10:14:31 AM
- Notice Type
- Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- w911wn20b8005
- Response Due
- 9/8/2020 8:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Janie L. Roney, Phone: 4123957474, Fax: 4123957110, Carole M. Householder, Phone: 4123957274, Fax: 4123957110
- E-Mail Address
-
janie.l.roney@usace.army.mil, carole.householder@usace.army.mil
(janie.l.roney@usace.army.mil, carole.householder@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Pittsburgh District, has a requirement for the installation of a new mooring cell and waterways danger signage at Dashields Lock and Dam, Ohio River, PA. The major features of the requirement are identified below: a. Removal of existing signage for return to the Government b. Demolition of existing concrete cap c. Encapsulation of existing mooring cell with new sheet pile cell d. Installation of line hook framing and armor banding e. Consolidation of existing fill material f. Placement and compaction of new fill material g. Placement of new concrete h. Installation of new waterways danger signage and ladder The work is to be performed using a floating plant which may be moored overnight at the Dashields Locks and Dam. Installation of the new mooring cell and signage involves lifting of the sheet piles, signage, and associated components from a floating crane. All work will be performed from the Contractor�s floating plant. Disposal of concrete rubble will be required. Ferrous and all other construction waste material will be disposed of at commercially permitted facilities licensed to accept waste or recyclable materials as applicable. Construction work will occur in close proximity to waterway traffic and the operating locks and dam. The existing lock chambers are currently operated 24 hours a day, 7 days a week. This procurement will be Firm Fixed Price and is being advertised as an Unrestricted acquisition. The resulting award will be for one (1) Firm-Fixed-Price (FFP) Contract. The NAICS code for this acquisition is 237990, Other Heavy and Civil Engineering Construction. The small business size standard is $39.5 Million. The period of performance for the contract is 365 days after receipt of the Notice to Proceed.� The estimated magnitude of construction for� this�project is between: $1,000,000 and $5,000,000. All responsible bidders are encouraged to participate. The Invitation for Bid (IFB) will be issued on or about 3 August 2020, online through beta.SAM (beta.sam.gov); therefore, requests for hardcopies of the solicitation will not be honored.� Contractors MUST be registered in the System for Award Management (SAM) BEFORE SUBMITTING A BID ON THIS SOLICITATION (go to www.sam.gov to register). Please be aware that SAM requires a Notarized Statement as part of their registration and renewal process. This process could take more than ten (10) days.� ***PLEASE READ, UPDATES*** 8/6/20: Amendment 0004 is actually Amendment 0001.� This is the first Amendment being issued against this Solicitation. This Amendment is being issued to 1) Revise five (5) Sections of the Technical Specifications; 2) Revise Solicitation Section 00 10 00 on� the Bid Due Date; 3) Revise Solicitation Addendum Section 00 21 00, Paragraph 00 21 00-9 on the Submission of Questions Due Date; 4)� Revise FAR 52.236-27 on the Date of the Virtual Site Visit; and 5) Revise DFARS 252-236-7001 with the Replacement of Attachment 3 w ith� a new Attachment 3 containing the current Wage Determination.� (A total of 7 Attachments have been added today, 8/6/20, to this posting) 8/11/20: Virtual Site Visit held on�8/11/20�Documentation was posted.� ( A total of 3 Documents have been attached) 9/2/20:� Amendment 0005 is actually Amendment 0002.� This is the second�Amendment being issued against this Solicitation. This Amendment is to: 1) Provide responses to questions received; 2) Revise three (3) Sections of the Technical��Specifications; 3) Revise Section 00 21 00-06 BID BOND REQUIREMENTS of Addendum to Section 00 21 00 Instructions; 4) Revise DFARS 252-236-7001 w ith the Replacement of Attachment 3 containing the current Wage Determination; and 5) Delete and Replace in its entirety FAR Provision 52.204-24 and FAR Clause 52.204-25. FAR 52.204-24 must be completed and returned w ith the Bid Package. 9/4/20: Clarification on the Site Safety and Health Officer (SSHO) and the Quality Control Manager (QCM) Per Amendment 0005 in the referenced revised Spec Section 01 35 26 .00 08 that was attached, it reads as �The SSHO may serve as the Quality Control Manager. The SSHO may not serve as the Superintendent."".� This is also further stated in the Amendment under Section 00 21 00 in Questions and Answers as an answer to Question 3 that reads as, �The Quality Control Manager may serve as the project SSHO�� However, it has been brought to the Government�s attention that under Spec Section 01 45 00.00 08, it states ""the CQC System Manager may not serve as the Site Safety and Health Officer�.� Notification is being provided that Spec Section 01 45 00.00 08, paragraph 3.4.2 will be revised upon award to state, �The CQC System Manager may serve as the Site Safety and Health Officer�.�� 9/8/20:� Results of Virtual Bid Opening (9/8/20 11AM)�Posted.��� Two Files have been attached including Bid Results�and Attandance Register.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6fcf2448a5a9406f974f497c4ddd5d85/view)
- Place of Performance
- Address: Coraopolis, PA 15108, USA
- Zip Code: 15108
- Country: USA
- Zip Code: 15108
- Record
- SN05789673-F 20200910/200908230153 (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 |