Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOURCES SOUGHT

Z -- Chickamauga Lock Replacement Approach Walls and Decommissioning

Notice Date
9/15/2020 7:00:07 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
PANGLR20P0000005713
 
Response Due
9/29/2020 12:00:00 PM
 
Archive Date
11/15/2020
 
Point of Contact
Reid Drewes, Phone: 6157367868, Stacy S. Wiggins, Phone: 6157367944
 
E-Mail Address
Reid.A.Drewes@usace.army.mil, stacy.s.wiggins@usace.army.mil
(Reid.A.Drewes@usace.army.mil, stacy.s.wiggins@usace.army.mil)
 
Description
Sources Sought Notice for the Chickamauga Lock Replacement Approach Walls and Decommissioning REQUEST FOR INFORMATION The Government is issuing this Request for Information to determine a competitive basis for the procurement described. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only.� Only contractors capable of performing this type of work should respond to this Request for Information. Requirement The U.S. Army Corps of Engineers (USACE), Nashville District, anticipates a requirement for Chickamauga Lock Replacement, Approach Wall and Decommissioning procurement. The estimated magnitude of this project is between $100,000,000 and $250,000,000. Description The scope of this requirement includes the construction of new upstream and downstream approach walls and final commissioning of the new 110 feet wide by 600 feet long navigation lock that is currently under construction by others; as well as, the decommissioning of the existing 60 feet wide by 360 feet long navigation lock.� The project area is located on the Tennessee River in Chattanooga, TN. The major features of this contract includes the construction of new approach wall piers, the heavy lift and transportation of Government furnished precast concrete approach wall beams, partial removal of the existing dam concrete spillways, removal of the cellular cofferdam structure (sheet pile cells filled with aggregate, grout, and concrete), construction of closure plugs and thrust block at the existing lock, removal of existing lock components (e.g. miter gates and culvert valves) and operating equipment, backfilling of the existing lock with rock fill, placement of aggregate fill, maintenance access road ramp relocation, and site development activities. To accomplish these major features, the scope will include, but not limited to, the following items: over water drilling and concrete placements, land-based drilling, retaining wall construction, tremie concrete placements, mass concrete placements, structural concrete placements, placement of reinforcing steel, dewatering of excavated areas, excavation and on-site placement of demolition material/excavated rock and soil, environmental controls related to construction operations, electrical power and control systems, mechanical systems, and new lock commissioning and testing. *Please note that this description is subject to change. The estimated performance period for this requirement is 30 September 2021 - 13 December 2024. The anticipated NAICS code is 237990, Other Heavy and Civil Engineering, Construction with a size standard of $39.5 million. Survey The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 2:00 PM Central Time, September 29, 2020. Please send by email to Reid Drewes at Reid.A.Drewes@usace.army.mil.� Include the title ""Sources Sought- Chickamauga Lock Replacement Approach Walls and Decomissioning� as the subject line in email communications. �All submitted responses must be in either Microsoft Word or Adobe pdf format.� 1)�Name of your firm: 2)�CAGE: 3)�Point of Contact, Phone number and EMAIL address: 4)�Please provide responses to the following: List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the construction of new upstream and downstream approach walls and final commissioning and decommissioning of navigation locks. At least one of the past performance projects shall have a value of at least $100,000,000.� (a)� Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: (b)� Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: (c)� Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: 5) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 6) For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting, Class Deviation 2019-O0003)?� 7) Do you plan to subcontract to only small businesses? 8) If the answer to question 7 is �yes�, are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.) 9) What is your bonding capacity per contract? 10) What is your aggregate bonding capacity per contract? 11) If this requirement is advertised, do you anticipate submitting a proposal? 12)� In a best value, trade-off procurement what evaluation criteria would your firm view as the most advantageous to the Government in ensuring the best value to the Government is achieved. 13) USACE LRN is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA).� Please complete the PLA questionnaire listed at the end of this survey. 14) Please provide any additional information you feel is necessary: PLA Questionnaire A PLA is defined as 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 and is an agreement described in 29 U.S.C. � 158(f) and further explained in FAR Subpart 22.5, Use of PLAs for Federal Construction Projects.� Please provide responses to the following questions. 1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3. Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 5. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 6. Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8fbb365334df46e6881ffcd29f9a609b/view)
 
Place of Performance
Address: Chattanooga, TN 37415, USA
Zip Code: 37415
Country: USA
 
Record
SN05798654-F 20200917/200915230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.