Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

Z -- Solicitation W912P525RA001 Chickamauga Lock Replacement Approach Wall and Decommissioning

Notice Date
2/4/2025 5:00:49 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P525RA001
 
Response Due
4/7/2025 12:00:00 PM
 
Archive Date
02/05/2026
 
Point of Contact
Andrew Roth, Phone: 6157367793, Stacy WIGGINS, Phone: 6157367944
 
E-Mail Address
andrew.r.roth@usace.army.mil, Stacy.S.Wiggins@usace.army.mil
(andrew.r.roth@usace.army.mil, Stacy.S.Wiggins@usace.army.mil)
 
Awardee
null
 
Description
The U.S. Army Corps of Engineers, Nashville District (LRN) is issuing a Request for Proposal (RFP), W912P525RA001, for a single firm fixed-price construction contract for the Chickamauga Lock Replacement Approach Wall and Decommissioning Project in Chattanooga, TN. PROJECT DESCRIPTION: The scope of this project will consist of the construction of river and middle approach walls downstream from the lock, decommissioning the existing lock, the wet commissioning of the lock chamber constructed in the lock chamber contract, and site restoration activities at the project site. Downstream lock approach walls will be constructed from pre-cast concrete beams that were fabricated in 2012 and are currently stored at another Tennessee Valley Authority (TVA) facility until ready to be installed at the project. The downstream approach wall will extend under and through the Norfolk Southern Railway Bridge. Two (2) new 30-foot diameter mooring cells will be built downstream of the new lock. Once the existing lock is closed, a portion of the lock chamber and the associated wall culverts will be plugged with concrete. A concrete thrust block will be installed to resist concrete expansion in the dam, and the remaining area will be filled with stone. Miscellaneous equipment and buildings will be removed. No cofferdams will be required for decommissioning the existing lock, but installation of needle dams (similar to a cofferdam, but more temporary) may be required for dewatering of the chamber. The downstream approach wall, decommissioning of the existing lock, wet commissioning of the new lock, and site restoration contract is anticipated to be awarded in Fourth Quarter of Fiscal Year 2025 with a base and three (3) options. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated price range is between $250,000,000 and $500,000,000. NAICS CODE AND SBA SIZE STANDARD: 237990 - Other Heavy and Civil Engineering Construction; $45,000,000. TYPE OF SET-ASIDE: None (Full and Open/Unrestricted) ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the Solicitation. The Solicitation documents will be posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list. The Solicitation is subject to Project Labor Agreement (PLA) requirements. Effective January 22, 2024, Final Rule (FAR Case 2022-003), implements Executive Order (E.O.) 14063, Use of PLAs for Federal Construction Projects, which requires the use of PLAs in large-scale (defined as $35 million or more) Federal construction projects within the United States. A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as described in 29 U.S.C. 158 (f). Further details will be provided in the Solicitation. In accordance with FAR Provision 52.222-33, Notice of Requirement for Project Labor Agreement, which will be incorporated into the Solicitation, all Offerors are required to submit a PLA with their offer. At a minimum, the Project Labor Agreement must: i. Bind the Offeror and Subcontractors engaged in construction on the construction project to comply with the project labor agreement; ii. Allow the Offeror and all Subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; iii. Contain guarantees against strikes, lockouts, and similar job disruptions; iv. Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement; v. Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; and vi. Fully conform to all statues, regulations, Executive Orders, and agency requirements. One (1) or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. POINT-OF-CONTACT: The Primary Contract Specialist for this Solicitation is Andrew Roth, email: Andrew.R.Roth@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact. REQUIREMENTS TO VIEW CUI DOCUMENTS: Due to Controlled Unclassified Information (CUI) requirements, only persons approved by security will be permitted to view CUI Documents. In addition to the information below, please also provide your firm�s name, firm�s CAGE and/or Unique Entity Identifier number, and name and position title of primary point-of-contact and their telephone number and email address. Contractors must also ""request access"" by logging into SAM.gov, locating the solicitation, scrolling to the bottom of the post, and selecting ""request access"" next to controlled documents PRE-PROPOSAL SITE VISIT: There is a Pre-Proposal Site Visit expected to take place on February 20, 2025, at 10:00 am Eastern Time. Due to processing time constraints, the Government is accepting registration for the site visit during the pre-solicitation timeframe as indicated below. Participants will meet at: Chickamauga Lock Resident Office, 5518 Trailhead Dr. Chattanooga, TN 37415 Recommend using GPS coordinates, Latitude:35.108234 Longitude: -85.230367 Parking will be in the parking lot adjacent to the traffic circle with overflow parking under the HWY 153 bridge. An itinerary will be given out at the beginning of the site visit. After the site visit at Chickamauga Lock, the Government and registered attendees will then travel to Watts Bar, TN which is approximately a one (1) hour drive away to see the site of where the Government Furnished Property is stored. Due to Watts Bar not having a physical address, a PDF attachment is posted on SAM.gov with maps to Watts Bar. Map coordinates for Watts Bar are 35.613046, -84.781125. Only four (4) persons from each business entity will be permitted to attend the In-Person Site Visit. Attendees will be responsible for their own transportation to and from the various sites. *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. An approved site visit request form will be needed for each individual attendee. This will be the only Site Visit for this project. If you miss the scheduled event, no other arrangements will be made due to personnel and time restrictions. U.S. Citizens: To register for the Pre-Proposal Site Visit, U.S. Citizens must fill out a U.S. Citizen Security Access Form and submit to the Point-of-Contacts (POC) listed below no later than five (5) business days prior to the site visit. Foreign Nationals (FNs): To register for the Site Visit, Foreign Nationals (FNs) shall submit a completed FN Security Access Form and legible color copies of two (2) 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 I571), 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 thirty (30) calendar days prior to the Pre-Proposal Virtual Meeting. Exceptions will be considered on a case-by-case basis but will be limited. Both the U.S. Citizen Security Access Form and the FN Security Access Form are provided on SAM.gov with this notice. Only four (4) persons from each business entity will be permitted to attend the In-Person Site Visit. Any persons without an approved U.S. Citizen Site Visit Request Form or FN Site Visit Request Form will be removed from both the Site Visit. Proposals must be submitted in PIEE Solicitation Module. Please see the link below to submit proposals: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912P525RA001 Points-of-Contact: Please submit all site visit request forms to Andrew Roth at Andrew.R.Roth@usace.army.mil and Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil. When you send your U.S. Citizen Site Visit Request Form or FN Site Visit Request Form, please put �W912P525RA001- (Foreign National or U.S. Citizen) Request Form- (Your Company Name)� in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fdecdc93942a43b3b403aa80afda4769/view)
 
Place of Performance
Address: Chattanooga, TN 37415, USA
Zip Code: 37415
Country: USA
 
Record
SN07332006-F 20250206/250204230031 (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.