Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2013 FBO #4373
MODIFICATION

Z -- Illinois Waterway, Lockport, IL, Lockport Pool Major Rehabilitation, Stage IC, Forebay Wall, Phase I.

Notice Date
11/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-13-R-0040
 
Response Due
11/26/2013
 
Archive Date
12/26/2013
 
Point of Contact
Denise M. Cramer, Phone: 3097945519
 
E-Mail Address
Denise.M.Cramer@usace.army.mil
(Denise.M.Cramer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The work for the Lockport Pool Major Rehabilitation, Stage IC, Forebay Wall Project, Phase I located in Lockport, Will County, Illinois includes, but may not be limited to, the following: Mobilization and demobilization; clearing and grubbing of trees and miscellaneous vegetation; installation of new temporary conduit; removal of existing communication cable and conduit; removal of existing chain-link fencing and gates; removal of existing flagpole, turbine and stone wall appurtenances; removal of existing guardrail; construction of temporary construction access road with processed rock fill and rock surfacing; installation of jersey barriers; removal, salvaging, processing and stockpiling of existing stone retaining wall; excavation, processing and stockpiling of existing rock fill embankment; construction of secant pile shoring wall; excavation, processing and stockpiling of existing bedrock; placement of dental concrete; placement of roller-compacted concrete (RCC) for construction of an RCC wall; installation of a seepage control drainage system with perforated and solid PVC pipe and manholes; placement of Portland cement concrete (PCC); placement of impervious fill material; placement of processed rock fill; construction of two secant pile cutoff walls; installation of observation wells; construction of maintenance garage with concrete foundation and slab; construction of a new lower access road with processed rock fill, granular subbase, and RCC pavement; placement of granular subbase and ACC pavement; reinstallation of existing chain-link fencing; installation of new chain-link fencing; installation of new guardrail; removal of existing and installation of new electrical and associated items; removal of existing onsite structures including maintenance garage, concrete cinder tower, and light tower; and reinstallation of existing flagpole, turbine, and stone wall appurtenances; and disposal of excess material. NAICS Code: 237990 Small Business Size Standard: $33.5 million Completion Days: 180 calendar days (base), 270 calendar days will be added if option is exercised. Estimated Range: $10,000,000 - $25,000,000 Unrestricted procurement. The construction contract will be awarded using competitive negotiations procedures for achieving the best value to the Government through the Source Selection Process. The source selection will conducted in accordance with procedures prescribed in FAR Part 15. The criteria used to determine best value to the Government in the form of a Technical Proposal and Price Proposal will be outlined in the solicitation as follows: Detailed Work Plan, Network Analysis, and Bar Chart for Entire Work Period, Hot/Cold Weather and High Water Contingency Plan, Major Plant & Equipment, Prime Contractor Experience, Sub Contractor Experience, Key Personnel Experience, Organizational Chart, Safety Plan, Experience Modifier, Past Performance, Small Business Participation Plan, Price and Subcontracting Plan. The evaluation factors, other than price, when combined, are signficantly more important than price. It is anticipated that the plans and specifications for this project will be available on www.fbo.gov on or about 03 September 2013. Any contractor wanting the plans and specifications must download them from this website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-13-R-0040/listing.html)
 
Place of Performance
Address: Lockport Pool Illinois Waterway Lockport IL
Zip Code: 60441
 
Record
SN03232457-W 20131114/131112234251-03b265a6dfdef29be77eda4ef1834aa2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.