SOLICITATION NOTICE
Z -- MISSISSIPPI RIVER BASIN; LOCK AND DAM NO. 15; ROCK ISLAND, IL; DOWNSTREAM GUIDEWALL REPAIR
- Notice Date
- 5/26/2017
- 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, 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-0006
- Archive Date
- 8/11/2017
- 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
- MISSISSIPPI RIVER BASIN; LOCK AND DAM NO. 15; ROCK ISLAND, IL; DOWNSTREAM GUIDEWALL REPAIR The work includes, but is not limited to, demolition of mass concrete monoliths; grouting riprap inside timber cribbing; placement of drilled shafts to include drilling through concrete, grouted riprap, sand, clay, shale, and limestone, placement of casing, placement of W-section steel members, and placement of tremied concrete; placement of concrete monoliths to include steel reinforcement, anchor bars, guardrails, checkposts, and steel armor; installation of wall monitoring system; placement of electrical conduit; placement and wiring of light standards; placement of on-site fill to form an embankment behind new concrete monoliths; sod, seeding, and related site restoration. NAICS Code: 237990 Size Standard: $36,500,000.00 Estimated Range: greater than $10,000,000.00 Unrestricted Procurement Basis for award: This 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 be conducted in accordance with procedures prescribed in FAR Part 15. The Government will select for award the proposal that is most advantageous and represents the best overall value to the Government, considering the Technical Approach, Past Performance, Small Business Participation and Price, along with their respective sub-factors (as applicable). It is anticipated that the plans and specifications for this project will be available on www.fbo.gov on or about 06 July 2017. 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-17-R-0006/listing.html)
- Record
- SN04523880-W 20170528/170526234248-f114b9357524dd2f22bfdc7a2459fe44 (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 |