MODIFICATION
Y -- Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
- Notice Date
- 1/3/2025 12:50:12 PM
- Notice Type
- Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
- ZIP Code
- 60604-1437
- Solicitation Number
- W912P625B0015
- Response Due
- 2/6/2025 10:00:00 AM
- Archive Date
- 01/03/2026
- Point of Contact
- Kyle Smith, Phone: 3128465370
- E-Mail Address
-
kyle.d.smith@usace.army.mil
(kyle.d.smith@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a solicitation notice for an active Construction Project at the Chicago Harbor, located in Chicago, Illinois.Description: The project W912P625B0015, Chicago Harbor Shore arm Extension and Breakwater, Chicago Illinois includes repairs to the existing exterior and Shore arm extension breakwaters in order to stabilize these existing structures, as well as any incidental related work. Repairs will restore the structures to original design function and maintain safe passage for vessels entering and exiting the Chicago Harbor. Along the exterior eastern breakwater, work consists of adding a bedding layer of gravel, B-stone as an underlayer along each side of the existing timber crib breakwater, B-stone at the toe of each slope, and A stone on the top of each slope and along the top of the breakwater. Along the shore-arm extension breakwater, work consists of drilling and grouting a double row grout curtain along the top of the cap, filling relief wells in the cap, and providing grout containment measures.The Government anticipates the project will take less than 365 calendar days to complete. The magnitude of the Construction Project is between $5,000,000.00 and $10,000,000.00.Set-Aside: This requirement will be a total small business set-aside under the NAICS237990, with a small business size standard in dollars of $45.0 Million. Sustainable Requirements: The Stone used in the cap must meet EPA minimum recovered material content and USDA bio-preferred minimum content standards, as required under FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.For Construction: FAR 36.211 (b) (1). If you want to learn about doing business with USACE, please visit http://www.usace.army.mil/Business-With-Us/Partnering/ to access the Construction Contract Modification Process (To Include Equitable Adjustment). FAR 36.211 (b) (2), No data is available regarding the timely definitization of equitable adjustments for change orders under construction contracts.Your firm must register with sam.gov, as a pre-requirement to do business with the federal government. Your firm must register with sam.gov, prior to registering with the DoD Procurement Integrated Enterprise Environment (PIEE) system. Your firm must register with PIEE in order to access the solicitation and to place a bid in response to the upcoming USACE Invitation for Bid. Use the PIEE System Registration link: ? https://piee.eb.mil, and follow the instructions on their website. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Point of Contact for this acquisition is Kyle Smith at (312) 846-5370, or via email: kyle.d.smith@usace.army.mil. ** Please include Solicitation Number W912P625B0015 on all correspondence. **
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e6297acdd2874ffb9b5b217c8c75251e/view)
- Record
- SN07304622-F 20250105/250103230113 (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 |