Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

Z -- LaaGrange Lock Major Rehabilitation

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-17-R-0014
 
Archive Date
12/3/2016
 
Point of Contact
Carissa McKinley, Phone: 3097945661
 
E-Mail Address
carissa.j.mckinley@usace.army.mil
(carissa.j.mckinley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND IS FOR INFORMATIONAL/MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 Contract Information. The U.S. Army Corps of Engineers (USACE), Rock Island District, is seeking Businesses that can provide the following: LaGrange Lock Major Rehabilitation, Illinois River Basin. The proposed project will be a competitive, firm fixed price (FFP) construction contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This sources sought announcement is open for responses from both small and large businesses as the Government is seeking to identify qualified sources either singularly or as part of an assembled team. This Sources Sought announcement is to gain knowledge of the interest, capability, and qualifications of the business members of the industry to include Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). All of these business set asides are highly encouraged to respond. Minimum Technically Acceptable Contractor Expertise Criteria: A potential Contractor must demonstrate through experience, references, project lists, or reports, they possess relevant resources and expertise in heavy construction, precast concrete, mechanical and hydraulic system installations, and small building construction. A potential Contractor shall also include experience performing under tight timelines in a relatively constrained work site. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction Size standard: $36.5M Federal Service Code: Z2KA, Repair or Alteration of Dams Contract duration is anticipated to be 730 - 1095 calendar days or 2-3 years In accordance with DFARS 236.204(ii), the estimated value of the resulting contract is expected to be between $25M and $100M. Point of Contact: Carissa McKinley, Carissa.j.mckinley@usace.army.mil Project Description: The scope of work is to be performed at LaGrange Lock and Dam near LaGrange, IL. The required work to be performed is at a lock site which water levels frequently exceed the top of wall elevation. Additionally, concrete work within the lock chamber will be required during a lock closure period between sixty (60) and ninety (90) days. Specific work includes, but is not limited to, installation of downstream bulkhead sill beam; dewatering and maintaining dewatered lock chamber; debris removal within the lock chamber; installation of lock dewatering observation wells; cleaning of lock chamber floor weep holes; horizontal concrete removal and replacement; concrete trenching for mechanical piping installation; vertical concrete line drilling, saw cutting, blasting, and grinding; precast concrete panel fabrication and installation; construction of concrete protective piers on top of lock wall; blocking and securing existing miter gates for work on gate appurtenances; miter gate anchorage removal and replacement; miter gate machinery removal and replacement including rotary actuators; tainter valve cylinder removal and replacement; removal and repair of tainter valves; new PLC system; new I-wall mechanical control building; miscellaneous electrical work; fabrication of movable control stands; hydraulic system and piping removal and replacement; HTRW removal of sand in pipe trenches; bubbler system installation; generator installation; commissioning of electrical/mechanical systems; new lock house building construction; existing fuel tank removal; lock guidewall repair; handrail installation; asphalt paving. PROJECT-LABOR AGREEMENTS In accordance with Executive Order (EO) 13502, as implemented by FAR Subpart 22.5, USACE- Rock Island District is considering the potential use of a Project Labor Agreements (PLA) on this project. A PLA is 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. PLAs are permissible pre-hire agreements under sections 8(e) and (f) of the National Labor Relations Act, which authorizes the use of these agreements between labor organizations and employers engaged primarily in the building and construction industry. Any PLA reached pursuant to EO 13502 shall: (a) bind contractors and subcontractors on the construction project through the inclusion of appropriate specifications in all relevant solicitation provisions and contract documents; (b) allow all contractors and subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; (c) contain guarantees against strikes, lockouts, and similar job disruptions; (d) set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the project labor agreement; (e) provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health;and (f) fully conform to all statutes, regulations, and Executive Orders. SUBMISSION INSTRUCTIONS Responses to this Sources Sought announcement must be submitted electronically (via email) SUBJECT: W912EK-17-R-0014, LaGrange Lock Major Rehabilitation to the Contract Specialist, Carissa McKinley, at Carissa.j.mckinley@usace.army.mil no later than 12:00 pm Central Time on 01 December 2016. All responses must include the following information and be no longer than thirty (30) pages. All successfully submitted responses will receive an acknowledgement by return email. • Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number. • Offeror's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a)). • Offeror's joint venture information, if applicable, existing and potential. • Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. • Provide a minimum of five (5) examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. • Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). • Offerors (other than small businesses) should also provide their assessment of the degree of involvement by Small and Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars. The Government may verify any information provide using any data systems available to include, but not limited to, CPARS, PPIRS, EZ Search, etc. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-17-R-0014/listing.html)
 
Record
SN04323514-W 20161110/161108234931-b68be785fa2a90c65edaad3bfca53d9d (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.