Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
MODIFICATION

Y -- Kentucky Lock Site, Demolitions, and Utilities Construction - Amendment 1

Notice Date
12/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P517B0015
 
Response Due
1/5/2018 1:00:00 PM
 
Archive Date
1/27/2018
 
Point of Contact
James W. Purcell, Phone: 6157367674, Christopher R. Porter, Phone: 6157367685
 
E-Mail Address
James.W.Purcell@usace.army.mil, christopher.r.porter@usace.army.mil
(James.W.Purcell@usace.army.mil, christopher.r.porter@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
W912P517B0015 Amendment 0001 Q&A Spreadsheet Reference Drawings Reference Drawings Reference Drawings Reference Drawings Reference Drawings Reference Drawings Site Visit Presentation Site Visit Roster PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) issues an Invitation for Bid (IFB) solicitation to construct various site modifications, utility relocations, and selective demolition of existing structures located at Kentucky Lock and Dam in western Kentucky. PROJECT DESCRIPTION: USACE Nashville District will award one firm-fixed price construction contract as the result of this sealed bid solicitation. Major components of the anticipated Site, Demolition, and Utilities contract include: 1) Construction of approximately 700 linear feet of a cantilevered, galvanized steel catwalk and pipe support system attached to be attached to existing concrete lock wall. 2) Construction of two, approximately 4' minimum width utility bridges with spans of 110' and approximately 80'. 3) Relocation of approximately 5,000 linear feet of pressurized 2" diameter PVC sanitary sewer pipe with associated connections to the existing lock operations building and with insulation and a heat traced system for the segments of exposed pipe. 4) Construction of a new sanitary lift station and lift station electrical controls for the 2" relocated sanitary sewer pipe. This will be an open air lift station located on a concrete ledge of the existing lock wall. Wet tank shall have double walls and shall be provided with heat trace. 5) Relocation of an existing piping system. These new pipes will either be surfaced mounted to concrete and steel structures or will be located on the catwalk system. 6) Partial demolition of approximately 1,000 square feet of a single story, pre-cast concrete siding building and associated restoration of the building after demolition. 7) Demolition and new installation of approximately 1,000 LF of control cables for each of the 37 circuits associated with the operation of the lock. This will be a phased relocation effort from manhole to manhole with limited outage of circuits to minimize disruptions to the operation of the existing lock. 8) Demolition and new installation of approximately 1,200 LF of two 3-phase 15 kV shielded electrical power conductors (6 total). 9) Modifications to an abandoned two lane highway bridge to accommodate relocated utilities. 10) Construction of a Temporary Hazmat Storage Facility consisting of two 20 ft shipping containers, barge lid, heating & ventilation system, power requirements, and site preparation grading. 11) Relocation of approximately 5,000 LF of 8" ductile iron water main that will include insulation and heat tracing for its exposed segments *The description above is not intended to be all encompassing and is subject to change. The complete details of the project are contained within the solicitation document and attachments. NAICS CODE AND SBA SIZE STANDARD: The NAICS code is 237990, Other Heavy and Civil Engineering Construction, with a small business size standard of $36.5 million. TYPE OF SET-ASIDE: The solicitation is a Woman Owned Small Business (WOSB) set-aside. CONTRACT TYPE: The Government will award one Firm-Fixed Price Construction Contract to the company that provides the lowest priced bid and who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE: The disclosure of magnitude range is between $1,000,000 and $5,000,000. DELIVERY DATE: 308 calendar days after issuance of notice to proceed. SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award. Bidders must have their representations and certifications available on-line in SAM or provide them with their bid in order to receive a Government contract award. ADDITIONAL INFORMATION: It is the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is J.W. Purcell, telephone: 615-736-7674, fax: 615-736-7124, e-mail: james.w.purcell@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail or facsimile. It must identify the Solicitation number, company name, address, e-mail address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P517B0015/listing.html)
 
Place of Performance
Address: Kentucky Lock, Grand Rivers, Kentucky, 42045, United States
Zip Code: 42045
 
Record
SN04774997-W 20171224/171222230657-12680173a308d4172b3a9cf48b5dda2f (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.