MODIFICATION
Y -- THE DALLES NAVIGATION LOCK UPSTREAM GATE REPLACEMENT, CONTROLS UPGRADE, AND DOWNSTREAM GUDGEON REPLACEMENT - Amendment 1
- Notice Date
- 12/8/2015
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N16R0002
- Archive Date
- 8/30/2016
- Point of Contact
- Daniel J. Ellis, Phone: 5038084603, Michael I. Grasso, Phone: 5038084637
- E-Mail Address
-
daniel.j.ellis@usace.army.mil, michael.i.grasso@usace.army.mil
(daniel.j.ellis@usace.army.mil, michael.i.grasso@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W9127N-16-R-0002-0001 Amendment Drawings Technical Specifications Amendment 0001 SF30 Solicitation Amendment 0001 The U.S. Army Corps of Engineers, Portland District, has a requirement for The Dalles Navlock Upstream Gate Replacement, Controls Upgrade, and Downstream Gate Gudgeon Replacement, The Dalles Lock and Dam Project, Klickitat County, WA Portland District USACE to perform various upgrades at The Dalles Navigation Lock in an upcoming extended navigation lock outage. The work consists of replacing the upstream gate, replacing the downstream gate gudgeons (upper hinge and anchor), and upgrading the navlock controls. The dates of the extended navigation lock outage are scheduled from 12 December 2016 through 20 March 2017. The construction contract is scheduled to be advertised in Fall 2015. The upstream gate replacement consists of removal of the old upstream gate, fabrication and installation of a new upstream gate, replacement of the gate anchorage system, and replacement the gate operating machinery and controls. The downstream gate work includes replacement of the gudgeons, quoin and miter block adjustments, diagonal tensioning, seal replacement, and installation of an impressed current cathodic protection system. The navlock controls upgrade includes upgrade of the navigation lock's control system and installation of a new power distribution system. A Request for Proposal (RFP) will be issued on or about October 22, 2015. Evaluation criteria will be provided in the solicitation, and a single firm fixed price contract may be negotiated as a result of this action. Proposals for this project will be due no less than 30 days after issuance of the RFP. A notice and link to download this solicitation will be posted to the Federal Business Opportunity (www.fbo.gov or http://www.fbo.gov) website when the solicitation is made available for download. Interested parties are responsible for registering with the Federal Business Opportunity (FBO) website and for checking the referenced website(s) for updates. The Government is not responsible for any loss of internet connectivity or for any party's inability to access the documents posted at the referenced websites. This is an Unrestricted Acquisition. Magnitude of Construction is $5,000,000.00 to $10,000,000.00. In accordance with FAR Part 15, Contracting by Negotiation, a best value tradeoff process will be used when selecting an awardee. The government may consider award to other than the lowest priced offeror but ONLY when benefits merit additional cost. The North American Industry Classification System (NAICS) code for this acquisition is 237990, and the small business size standard is $36,500,000.00. This acquisition will require a Small Business Participation Plan from all offerors, and an acceptable Small Business Subcontracting Plan from large business offerors. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503- 808-4602 or Carol.A.Mcintyre@usace.army.mil. The point of contact for matters related to this procurement is Daniel J. Ellis at (503) 808-4603 or daniel.j.ellis@usace.army.mil. All inquiries regarding this solicitation are to be submitted via the Bidder Inquiry system which will be included with in the solicitation documents. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. Bidder Inquiry instructions will be detailed in the solicitation. Telephone and email inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N16R0002/listing.html)
- Record
- SN03963697-W 20151210/151208234249-3cb02be0cf429bb9cf213eeb1407202b (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 |