Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOURCES SOUGHT

Z -- Lock Chamber Bulkhead Recesses, Mississippi River, Multiple Locks and Dams, (15,16,18,22)

Notice Date
9/2/2015
 
Notice Type
Sources Sought
 
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-15-X-0018
 
Response Due
10/6/2015
 
Archive Date
11/5/2015
 
Point of Contact
John Dengler, 3097945205
 
E-Mail Address
USACE District, Rock Island
(john.e.dengler@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Rock Island District is seeking System for Award Management (SAM) Database registered businesses that can provide the following: Lock Chamber Bulkhead Recesses, Multiple Locks and Dams (15, 16, 18, and 22), Mississippi River, Mississippi River Basin This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal or quote or an invitation for bid. Particularly, the purpose of this NOTICE is to gain knowledge of potential System for Award Management (SAM) Database registered businesses interested and capable of performing this work. DESCRIPTION OF WORK: Work includes, but is not limited to, construction of Lock Chamber Bulkhead Recesses at two sites, with options to install bulkhead recesses at four other locations on the Mississippi River. Bulkhead recesses as part of the Base Bid will be installed on opposing sides of the main lock chamber downstream of the downstream miter gates at Locks 15 and 16 on the Mississippi River. Bulkhead recesses as part of Option 1 will be installed on opposing sides of the auxiliary lock chamber downstream of the downstream miter gates at Lock 15. Bulkhead recesses as part of Options 2, 3, and 4 will be installed on opposing sides on the auxiliary lock chamber upstream of the upstream auxiliary miter gates at Locks 16, 18, and 22 on the Mississippi River. All sites generally have the same work requirements, but each site may have specific details that are unique to each site. In general, work at the sites may include, but is not limited to, temporary support of the miter gate, installation of localized cofferdams and dewatering, concrete removal, fabrication and installation of steel bulkhead recess assemblies, installation of new miter gate embedded anchorages, checkpost installation, installation of anchor and wall armor, concrete placement, re-adjustment of miter gates, fabrication and delivery of sill beam and accessories, installation of embedded electrical ducts, installation of tow haulage unit fairleads, horizontal concrete resurfacing, and repair of damaged turf. SOURCES SOUGHT: The work involved for installation of bulkhead recesses requires several areas of specialized construction, and sufficient resources and expertise to work and two sites concurrently. Portions of the work will be scheduled from December thru March, which requires working in the elements without schedule considerations for cold weather, and additional effort to prevent equipment from getting iced in. There are significant requirements for cold weather concrete placement and curing. There are extensive dive operations to both investigate existing conditions and perform underwater work, such as installing hydraulic jacks and blocking to support 100 ton structures and sealing of localized cofferdams. The localized cofferdams will need to be designed, installed, dewatered, and maintained by the Contractor. All of the installations of bulkhead recesses in the past incorporated the use of floating marine plant, with crane. Due to location of sensitive lock components, concrete removal work will require the use of wire sawing. The installation requires complex structural steel fabrications, and installation of these structures back to existing locations, within tight tolerances. There will be minimal new electrical work, but a large effort to remove, temporary wire, and reinstall conductors within and around the work limits. NAICS CODE: 237990 SIZE STANDARD: $36.5 Million ESTIMATED CONSTRUCTION RANGE: $5M - $10M POINT OF CONTACT: Responses are to be sent via email to Deputy for Small Business Programs, John Dengler, at john.e.dengler@usace.army.mil no later than 12:00 pm Central Standard Time, October 6, 2015. Mr. Dengler can be contacted at 309-794-5205. SUBMISSION DETAILS: All interested, responsive and responsible System for Award Management (SAM) Database registered businesses are encouraged to participate in this market research by emailing the required information below to the point of contact listed above. Interested businesses must be registered in the System for Award Management (SAM) Database at www.sam.gov. Email submissions are required. Interested businesses shall include the following information to be considered for market research purposes. 1.Company name, address, and cage code 2.Capabilities Statement indicating the contractor can meet the requirements within specified scope. 3.A point of contact to include a phone number and email address. 4.Past Performance History of projects of similar scope (Federal Projects preferred) For Past Performance History, the offeror shall submit up to five (5) Past Performance Questionnaire (PPQ) Forms, available as Attachment A, which shall identify if the contract is active or complete, the contract was for the Government (Federal, state, local, etc) or commercial, if the offeror was the prime contractor, a teaming partner, and/or joint venture. Clearly link the past performance information to the Technical Approach factor/subfactors/elements stated in the solicitation. Additionally, as applicable, offerors are to include a discussion of efforts to resolve problems encountered as well as efforts to identify and manage project risk. Where problems existed, clearly demonstrate management actions employed in overcoming these problems and the effects of those actions, in terms of improvements achieved or problems rectified. Contracts shall be at least six (6) months old to be considered. Contracts with expiration dates prior to ten (10) years ago shall not be considered. Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's sources sought submission, inquiries of owner-representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS),and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-15-X-0018/listing.html)
 
Place of Performance
Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
 
Record
SN03869054-W 20150904/150903000720-81206f3b7d2011beecbfc028a2ecc195 (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.