SOLICITATION NOTICE
Y -- DMDF Calumet Harbor and River Vertical Expansion
- Notice Date
- 6/21/2022 1:43:50 PM
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
- ZIP Code
- 60604-1437
- Solicitation Number
- W912P622R0004
- Response Due
- 7/6/2022 7:00:00 AM
- Archive Date
- 09/30/2022
- Point of Contact
- MeRanda Renee Booth, Phone: 5023156600
- E-Mail Address
-
meranda.r.booth@usace.army.mil
(meranda.r.booth@usace.army.mil)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Chicago District intends to issue a Request for Proposal (RFP) W912P622R0004 for the Dredged Material Disposal Facility (DMDF), Calumet Harbor Vertical Expansion project located in Chicago, Illinois. The proposed project includes construction of 11-20 ft high berm about 3,800 ft long using satisfactory fill available on site.� The berm will be constructed on top of the existing disposal area; therefore, stage construction of the berm will be required.� In addition, a series of wick drains must be installed within the footprint of the berm to help with consolidation of the material.� During the construction, monitoring of the settlement of the berm is necessary, which requires a series of monitoring wells and piezometers be installed.� Some of the sections of the berm will need to be reinforced with geotextiles, stone blankets, and geofabric.� The berm will be built with clean harbor dredged material available on site. Heavy earthwork will be required to move material from the stockpile area on the site.� In addition, construction of an approximately 6,000 ft gravel access road, construction of an approximately 4,000 ft of drainage ditch, construction of culverts, construction of approximately 3,000 ft of chain link fence with the gate and seeding of approximately 5 acres of land will be required.� The work will be done close to East 95th Street and South Kreiter Ave, in Chicago with heavy vehicular and train traffic. Contract duration is estimated at 30 months (approximately 913 calendar days). A pre-proposal site visit will be held. Meeting and site visit details will be provided in the solicitation. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238910, Site Preparation Contractors. TYPE OF SET-ASIDE:� Full and Open Competition (Unrestricted) CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 236.204. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror�s proposal will be reviewed, evaluated, and rated by the Government. Proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Approach (Management Plan and Schedule), and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than cost or price, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 7 July 2022.� Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management website, http://sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored.� Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader.� To download the solicitation for this project, contractors are required to register on the System for Award Management (SAM.gov) website at http://sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is the Contract Specialist, M. Renee Booth, at meranda.r.booth@usace.army.mil.� This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7cbbe54727f44f569f1ec8307f5d471b/view)
- Place of Performance
- Address: Chicago, IL 60644, USA
- Zip Code: 60644
- Country: USA
- Zip Code: 60644
- Record
- SN06363664-F 20220623/220621230101 (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 |