Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

J -- Center Hill Spillway Gate Machinery and Trunnion Pin

Notice Date
7/11/2018
 
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
W912P518B0003
 
Point of Contact
FannieM. Robertson, Phone: 6157367986
 
E-Mail Address
Fannie.M.Robertson@usace.army.mil
(Fannie.M.Robertson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912P518B0003 Notice Type: Pre-Solicitation Synopsis: PROJECT DESCRIPTION: The Nashville District U.S. Army Corp of Engineers (USACE) anticipates a firm fixed price construction contract for Trunnion Pin, J-seals, and Spillway Gate Electrical and Mechanical equipment rehabilitation at Center Hill Dam. The trunnion pin and j-seal replacement consists of removing the existing trunnion pin for gate 7, performance and payment bonds, mobilization and demobilization, replacing j-seal and hardware for gates 1-3 and 6-8, and traffic control. The rehabilitation or replacement of gate machinery for all eight spillway gates includes electrical feeders and lighting, control panels, brakes, gear motors, shafts, couplings, limit switches, pumps, and other accessories. Additionally, asbestos and lead paint abatement work will need to be performed based on existing site conditions. Some painting will also be involved on equipment and J-seal plates. It is anticipated five (5) options will be included in the solicitation. Center Hill Spillway gates option 1, performance and payment bonds, replace J-seals and J-seal hardware for gates number 4 and traffic control. Option 2, performance and payment bonds, replace J-seals and J-seal hardware for gates number 5 and traffic control. Option 3, performance and payment bonds, replace metal ladder for piers 7-9 and traffic control. Option 4, performance and payment bonds, replace metal ladder for piers 1-3 and traffic control. Option 5, performance and payment bonds, replace metal ladder for piers 4-6 and traffic control. The Contractor shall provide the necessary plant, labor, materials, equipment, and transportation for a complete design and satisfactory installation of the required metal ladder and ladder assembly including cages, platforms and personal fall arrest system as specified herein and as shown in the drawings on nine spillway gate piers. The ladder shall be installed on the downstream side of the pier. Also, cutting existing concrete machinery level wall to get access to the ladder. The plans and technical specifications will be included in solicitation announcement, W912P518B0003. The solicitation is expected to be released on or around July 31, 2018. The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days after the date the Contractor receives the initial notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 812 calendar days from receipt of initial notice to proceed. This duration is inclusive of the exclusion periods described in the technical specifications related to the spillway gate machinery, trunnion pin and j-seal work because other contract requirements may be advanced during the exclusion period, such as pre-work submittals, design, shop drawings, and work associated with ladder installation. A second notice to proceed shall be issued on or near the completion of the first exclusion period (June 2019, approximately) to allow start of physical work related to those activities which cause spillway gate outages. Therefore, it shall be understood those calendar days occurring during the exclusion period will be counted towards the total contract duration in accordance with all other clauses in this contract. The contract duration will not be extended upon exercising of option(s). Exercising of option(s) is contingent upon availability of funds, and all affordable options will be exercised within 60 calendar days of contract award. NAICS CODE: 237990 SBA SIZE STANDARD: 36.5 million. TYPE OF SET-ASIDE: Full and Open FSC: Z1KA DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. A pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $5,000,000 and $10,000,000 in accordance with DFARS 236.204. The Non-manufacturer rule applies to this procurement. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 237990 Other Heavy Civil Engineering Construction. Size Limitation is 36.5 million. TYPE OF SET-ASIDE: This competitive procurement is an Unrestricted Requirement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 31 July 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 31 August 2018 at 1:00 p.m. Central time (CST). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Fannie Robertson at Fannie.m.Robertson@usace.army.mil. Proposals will need to be addressed and delivered to the US Army Corps of Engineers Nashville District Office at: U.S. Army Corps of Engineers, Nashville District c/o Fannie Robertson 110 9th Avenue South, Room A405 Nashville, TN 37203 This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required. Place of Contract Performance: United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P518B0003/listing.html)
 
Place of Performance
Address: Center Hill Dam, 270 Lancaster Road, Lancaster, Tennessee, 38569, United States
Zip Code: 38569
 
Record
SN04986959-W 20180713/180711231009-b410ff5fd885dc8d35fa5a45bfc1cdce (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.