Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
DOCUMENT

Y -- Market Research - Charleroi River Chamber Completion Contract - Selected Technical Narrative - Low Price Technically Acceptable and Proposed Funding Profile - Continuing Contracts Clause - Selected Contract Drawings

Notice Date
7/9/2008
 
Notice Type
Selected Contract Drawings
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Pittsburgh District, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 21st Floor, Pittsburgh, Pennsylvania, 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
RCCC
 
Response Due
8/27/2008
 
Archive Date
9/11/2008
 
Point of Contact
Carole M. Householder,, Phone: 412-395-7274, James Costantino,, Phone: 412-395-7474
 
E-Mail Address
carole.householder@usace.army.mil, james.m.costantino@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Notice is provided that the US Army Corps of Engineers, Pittsburgh District plans to issue a Request for Proposal (RFP) for construction of the River Chamber, Charleroi Locks and Dam; Monongahela River, Pennsylvania in April 2009. The purpose of this notice is to disseminate information and obtain comments and suggestions from prospective contractors pertaining to this requirement. At this time, pricing and/or technical proposals are not to be submitted. Participation in this process is strictly voluntary and there will be no compensation provided for participation. Construction of the River Chamber is the second contract for the new Charleroi Locks Construction; the River Wall is currently being constructed under a separate contract. The following provides a brief background of the efforts, past and future, being taken by the Pittsburgh District of the US Army Corps of Engineers to modernize the navigation facilities on the Lower Monongahela (Lower Mon) river. The Lower Mon river navigation facilities include Braddock Locks and Dam (L/D), L/D #3 (Elizabeth), and Charleroi L/D. These are the three oldest currently operating navigation facilities on the Monongahela River, constructed in 1902, 1905, and 1931, respectively. The condition and age of these facilities are the driving force behind the project authorization in the Water Resources Development Act of 1992. In addition to supporting the highest volume of commercial traffic on the Monongahela River, the pools created by these facilities also support industrial and municipal water needs, and are popular with recreational boaters. The project includes replacement of the fixed crest dam at Braddock with a new gated dam, which was completed in 2004; construction of new larger locks (twin 84x720 foot) at Charleroi (L/D 4); removal of L/D #3; dredging existing Pool 3 to ensure an authorized 9 foot deep navigation channel; and various facility relocations including publicly owned shore side facilities and a railroad bridge adversely affected by the project. Charleroi L/D work efforts, associated with the Lower Mon project, began in 2002 with the award of a site development contract which provided new buildings, utilities, and access to the site. This contract was completed in 2005. In 2003, the River Chamber Demolition Contract was awarded. Under this contract, the existing floor and struts of the river chamber were removed, coffer closures installed, and the coffer area placed on high pool for stabilizing the existing middle wall; this contract was completed in 2005. In 2004, a contract was awarded to construct the new Charleroi river wall. This contract is currently scheduled to be complete in 2010. In 2007, the Victory Hollow Site Development was awarded. This contract, which will be completed in 2008, prepares the Government’s upland disposal site for receipt of dredge material and rubble. The work described herein, provides information related to the completion of the Charleroi river chamber. Concurrent with the river chamber construction, the Government intends to begin dredging pool 3 and develop plans for the removal of L/D 3. Upon substantial completion of the Charleroi river chamber, it is the Government’s intent to solicit for the construction of Charleroi land chamber. The information contained in this notice is not all encompassing and is subject to change at the discretion of the Government as the Plans and Specifications are finalized. The following documents are provided as part of the notice: Selected Contract Drawings (to show major components of work, sequencing, and work restrictions); Selected Technical Narrative (to show proposed contract payment line items and to show details of the major features of work); Low Price Technically Acceptable Criteria (to define the source selection process; Proposed Funding Profile; and the Continuing Contracts Clause. The magnitude of this project is estimated between $100,000,000 and $250,000,000. The proposed period of performance is six (6) years. In accordance with FAR 15.101-2, the source selection method for this procurement will be “Low Price Technically Acceptable (LPTA).” Under this method, contract award will be made to the offeror that satisfies the government’s minimum technical requirements and proposes the overall lowest price. COMMENTS AREAS: All comments and suggestions received on this notice will be evaluated and utilized, as applicable, in the preparation of the final RFP. The Government will retain all comments and/or suggestions received. Replies to comments or suggestions will not be provided. The following is a list of items that the Government would like to receive comments; however, prospective offerors may provide any comments they would like the Government to consider when developing the RFP. a) Length of Contract Question: Do you think the proposed period of performance (contract duration) is sufficient considering the overlap of the River Wall and the River Chamber contracts considering the restrictions on work areas, batch plant, etc.? b) Bonding: Do you have any concerns over bonding issues related to the value and duration of the contract? c) Low Price technically Acceptable (LPTA) Method: Do you have any concerns or comments about our LPTA method and/or the proposed criteria? d) Funding and Funding Profile: Do you have concerns or comments about the anticipated funding profile and the requirement to execute at or below the funding profile in accordance with the Continuing Contracts Clause? e) Funding and Sequence: Does the anticipated funding profile present any constraints to the sequential execution of construction? f) EPA Clause: The Government is considering use of an “Economic Price Adjustment” clause for steel on this project. Are there any comments or concerns about the proposed Economic Price adjustment? Are there any other commodities you would be interested in seeing in the final RFP that would be covered by this clause, if included? Your comments and/or suggestions may be used to finalize the RFP. Out intent is to issue a RFP that meets Government’s minimum requirements and affords potential offerors the greatest opportunity for success. Please provide any comments and/or suggestions you wish to contribute as soon as possible, but no later than August 27, 2008. Comments and/or suggestions may be transmitted either by mail, email, or via facsimile. Facsimile transmissions can be sent to (412) 644-5109. Submit electronic submissions to the following e-mail address: carole.householder@usace.army.mil. Hardcopy comments/suggestions need to be mailed to the Contracting Office address included in this notice. Sources that are interested in and capable of performing the work described herein are requested to click on the “Add Me to Interested Vendors” tab of this notice to be added to the Interested Vendors List. Your participation in this comment and suggestion phase is greatly appreciated.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d0bb6120c73ac4c8b074fcd794b6976&tab=core&_cview=1)
 
Document(s)
Selected Contract Drawings
 
File Name: Selected technical narrative to show proposed contract payment line items and to show details of the major features of work. (Technical Narrative.pdf)
Link: https://www.fbo.gov//utils/view?id=eed61b6faddd6032a35e3eb576b41044
Bytes: 154.07 Kb
 
File Name: Low Price Technically Acceptable(LPTA) Criteria to define the source selection process and Proposed Funding Profile. (Proposed LPTA Critera & Tentative Funding Profile.doc)
Link: https://www.fbo.gov//utils/view?id=5d48a45fbeacc17d43b7b4a822cb8f1a
Bytes: 31.00 Kb
 
File Name: Continuing Contract Clause (Continuing Contracts Clause.PDF)
Link: https://www.fbo.gov//utils/view?id=d22b2c6eb8a37b7661be5347695a65eb
Bytes: 53.69 Kb
 
File Name: Selected Contract Drawings (charleroi_river_chamber_draft_rfp.zip)
Link: https://www.fbo.gov//utils/view?id=7a47bb241e2ce7bb5500d4b42b770760
Bytes: 24,521.24 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Charleroi Locks and Dam; Monongahela River, Pennsylvania, United States
 
Record
SN01610325-W 20080711/080709222704-2cb503f4c832553ae836b6a1a6f2f7e4 (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  © 1994-2020, Loren Data Corp.