Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
MODIFICATION

Z -- Illinois River Basin LD-05 Marseilles, IL, Final Dam Repairs

Notice Date
7/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-14-R-0021
 
Response Due
7/25/2014
 
Archive Date
9/12/2014
 
Point of Contact
Brunson Grothus, (309)794-5241
 
E-Mail Address
USACE District, Rock Island
(brunson.e.grothus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Prebid Meeting List of Attendees and the Prebid Site Visit Presentation are now included as attachments. BASE BID: The work includes, but is not limited to, fabrication, testing, painting, delivery, and installation of new tainter gates with trunnion shoes; fabricating, coring, saw cutting, testing, painting, delivery, installation, and jacking of trunnion girder and anchor rods for Pier 2, upstream concrete repairs on Piers 2 and 3; access road construction; repairing, testing, and painting damaged tainter gates; electrical work; wire rope replacement; replacement of rock dike material; and boiler house site restoration. OPTION A: The work includes, but is not limited to, wire rope replacement for tainter Gates 1, 7, and 8. OPTION B: The work includes, but is not limited to, Gates 3 and 4 completely painted. OPTION C: The work includes, but is not limited to, fiber optic cable replacement from the dam to the lock. OPTION D: The work includes, but is not limited to, placement of removed rock dike materials in the apron scour protection. Estimated Dollar Range: Between $10,000,000 and $25,000,000 NAICS Code: 237990 Small Business Size Standard: $33.5 million Completion Days: 869 consecutive calendar days This procurement is unrestricted. The 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 conducted in accordance with procedures prescribed in FAR Part 15. The award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the following four (4) evaluation factors: Price, Technical Approach, Past Performance and Small Business Participation. It is anticipated that the plans and specifications for this project will be available on www.fbo.gov on or about 26 June 2014. Any contractor wanting the plans and specifications must download them from this website. All questions must be submitted to ASFI once the solicitation is posted. USACE Rock Island will not accept faxed proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-14-R-0021/listing.html)
 
Place of Performance
Address: Marseilles Lock and Dam 2199 Hawk Rd. Marseilles IL
Zip Code: 61341
 
Record
SN03424350-W 20140716/140715000121-e98723b2f8befca0001ca795ad56e4c2 (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.