Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

Z -- Lock & Dam 5 Routine Gate Maintenance

Notice Date
4/19/2023 1:14:09 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES23R0003
 
Response Due
5/5/2023 12:00:00 PM
 
Archive Date
05/20/2023
 
Point of Contact
Scott E. Hendrix, Kenneth J. Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Amendment 0003 answers vendor questions, incorporates a change to the scope of work, and makes changes to the Basis for Award*** ***Amendment 0002 answers vendor questions, incorporates a change to the scope of work, and adds Attachment 2*** ***Amendment 0001 documents the site visit, answers vendor questions, updates one of the DBA Wage Determinations, and incorporates changes to the Scope of Work*** ***Reference drawings uploaded*** ***Plan set uploaded*** The following is a Request for Proposal (RFP). The U.S. Army Corps of Engineers (USACE), St. Paul District is soliciting a requirement for a contractor capable of providing all labor, material, and equipment necessary to meet the requirements for the Lock and Dam No. 5 Routine Gate Maintenance project. Lock and Dam 5 is located at 12554 Highway 61, Minnesota City, MN� 55959. The scope of work includes the following: Rehabilitation of the roller gates including sandblasting and painting, replacing seals, replacing end shields, and performing a detailed inspection of all members of the gates to determine miscellaneous steel repairs required. The steel railing on the roller gate piers beneath the service bridge requires sandblasting and painting. The steel railing contains lead-based paint and abrasive blast waste must be disposed of in accordance with federal, state, and local regulations. Rehabilitation of tainter gates including sandblasting and painting, replacing seals, performing a detailed inspection of all members of the gates in accordance with the specifications, to determine miscellaneous steel repairs required, removing old staff gages on piers and replacing with Government-furnished staff gages, cleaning and painting the staff gage pointers on the tainter gates, extending grease lines from trunnion hub to bridge handrailing, and disassembling the cover over the tainter gate trunnion yoke for inspection in accordance with the specifications, and replacement of neoprene gasket as shown on the drawings. Rehabilitation of tainter gate bulkheads including sandblasting and painting, replacing seals, and lead-based paint mitigation. Rehabilitation of the roller gate bulkheads. These repairs will need to be made prior to the use of the roller gate bulkheads. Rehabilitation of bulkhead trucks including sandblasting and painting and disposal of the abrasive blast waste which contains lead-based paint in accordance with federal, state, and local regulations. Miscellaneous steel repairs of the roller gates and the roller gates and the tainter gates. Perform gate muck and debris removal as specified in the specifications. Two Optional CLINs include sandblasting and painting the roller gate bridge spans and the storage yard bridge spans. This work will include sandblasting the stair towers. These areas contain lead-based paint, and must be disposed of in accordance with federal, state, and local regulations. In accordance with DFARS 236.204, the anticipated magnitude of this project will be between $10.0 Million and $25.0 Million. The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation is a Total Small Business set-aside.� The solicitation is a request for proposal (RFP) and will be evaluated as Lowest Price Technically Acceptable (LPTA). No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation.� The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. There is no �Plan Holder List� for this project.� The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website.� In order to view this list, vendors will need to sign in to their SAM account. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/368e62cf839845a5a935d97a23c2db11/view)
 
Place of Performance
Address: Minnesota City, MN 55959, USA
Zip Code: 55959
Country: USA
 
Record
SN06655666-F 20230421/230419230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.