Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2017 FBO #5580
SOLICITATION NOTICE

Z -- Lock and Dam 52 Wicket Replacement

Notice Date
3/2/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-R-0028
 
Point of Contact
Stephen P. Hutchens, Phone: 5023156186
 
E-Mail Address
stephen.p.hutchens@usace.army.mil
(stephen.p.hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The Contractor shall provide all labor, equipment, necessary to perform all operations in lifting and setting a government furnished dive deflector box that will be used to support USACE employees and divers for the replacement of dam wickets at Locks & Dam 52. Contractor fleet support shall consist of, but is not limited to, installing a permanent anchorage system, anchoring the floating plant, positioning the contracted floating plant, underwater excavation, transporting a 60 ton dive deflector box, picking/setting a 60 ton dive deflector box in open river dam down flowing water conditions and slack water dam up conditions, winching the government dam raising floating plant across wicket holes, and using contractor towboat to move government floating plant around wicket holes. Wicket replacement support will be predominately to support repairs of more than 1 missing wicket in a row, or areas where wickets are in poor condition and cannot be repaired without the dive deflector box. The minimum required floating plant would consist of a towboat, crane, spud barge, dredging capabilities, anchoring capabilities, and safety vessel. All work is to be completed in accordance with the project specifications and drawings, Industry Standards, and any and all applicable codes, regulations and ordinances. The project site is located on the Ohio River mile 938.9. Address Locks & Dam 52, 1153 West 3rd Street, Brookport, IL 62910. Contract duration is estimated at 665 days. This includes a base performance period which is estimated at 149 days. Options associated with the contract may extend the period of performance, if exercised, those options are estimated at 516 days. A pre-proposal site visit will not be held. Information on how to submit technical questions will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $5,000,000 and $10,000,000, in accordance with FAR 36.204. The target ceiling for this contract (based on available funds) is approximately $8,000,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Technical; Small Business Participation Plan; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This competitive procurement is an Unrestricted Requirement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 17 March 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 18 April 2017 at 11:00 a.m. Louisville Time (Eastern Time). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Steve Hutchens at Stephen.P.Hutchens@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-R-0028/listing.html)
 
Place of Performance
Address: Lock and Dam 52, 1153 West 3rd Street, Brookport, Illinois, 62910, United States
Zip Code: 62910
 
Record
SN04421870-W 20170304/170303000241-27924f4cb570da0f8581fda2a98f2f53 (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.