Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

Y -- Traveling Mooring Bitt System Rehabilitation

Notice Date
2/1/2018
 
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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-18-SS-0005
 
Archive Date
2/24/2018
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers - St. Paul District is seeking capability statements from all firms interested in a proposed design build contract for the design and construction of new tow rail systems for locks 4, 5, 5A, 7, 8, and 9 on the Mississippi river. A two‐phase procurement structure will be used, consisting of a Phase I Request for Qualifications (RFQ) and a subsequent Phase II Request for Proposals (RFP). The RFQ will be issued to identify, using the criteria and methodology described therein, a shortlist of qualified and capable design‐build teams that will be invited to submit technical/price proposals for Phase II (RFP portion). The responses to the RFP will be evaluated by the Government to select the design‐build contractor for the project whose proposal provides the best overall value to the Government. Work under the contract includes: • Assessing the condition of each lock as well as any unique site conditions which may impact the design requirements for that location. • Designing a tow rail system that will work across all six (6) locations with only minor variations for anchoring the system to the guidewalls at each location. • Fabrication, installation, and testing of the tow rail systems at each lock per the design determined appropriate for each location. All construction work will be limited to the non-navigation season. At the conclusion of the two-phase solicitation process the Corps anticipates issuing a single contract for all six (6) locations, with a base award of four (4) sites of which at least two (2) sites being completed by the end of the non-navigation season ending March 2020 and all four (4) done by March of 2021. The remaining two (2) sites would be included as options with a completion deadline of March 2022. All interested parties are invited to submit capability statements for acquisition planning purposes. The following information is required and must be provided within a 5-page limit: 1) Company name, address, and primary point of contact information; 2) A capability statement. A. Construction firm: The statement of capability must also include the construction firm's recent and relevant past performance information for any experience working under all three of the following elements: a.) Construction with Field Work in Below-Freezing Temperatures; b.) Machinery Alignment by Millwrights +/- 1/16"; c.) Construction in Inland Marine Navigation Areas, as well as owned marine based equipment to be utilized on this project. B. A/E firm: The statement of capability must include a short list (no more than five (5)) of previous design projects undertaken which were similar in scope and complexity. All examples should demonstrate machinery design experience for movable cranes, hydraulic gates, or movable bridges with a rated capacity of 10 tons or more. Also, include any design experience with roller bearings, plain bearings, precision machined weldment, and field alignment of machinery components to a tolerance of +/- 1/16 inches or less. 3) Type of business (e.g. Large Business, Small Business, Women-Owned Small Business, etc.); 4) Current Government Certifications (e.g. 8(a) certified, 8(a) joint venture, etc.); 5) List Pertinent Codes: NAICS Codes (numbers only) and CAGE code; 6) Bonding capacity; Please submit capability statements by email to Jesse Onkka, Contract Specialist, jesse.L.Onkka@usace.army.mil This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-18-SS-0005/listing.html)
 
Record
SN04806422-W 20180203/180201231120-ed05440c4e5aa08a89415a262f8666d9 (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.