Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SPECIAL NOTICE

Z -- Soo Lock Upstream Channel Deepeing Notice of Intent Sole Source Brand Name or Equal - List of Brand Name or Equal Items

Notice Date
9/10/2019
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226, United States
 
ZIP Code
48226
 
Solicitation Number
W911XK20B0001_NOI_BrandNameOrEqual
 
Archive Date
10/10/2019
 
Point of Contact
Jessica L. Baker, Phone: 6157365640
 
E-Mail Address
jessica.l.baker@usace.army.mil
(jessica.l.baker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Soo Lock UCD: List of Brand Name or Equal Items NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE UPSTREAM CHANNEL DEEPENING PROJECT Description(s): ARMY CORPS OF ENGINEERS-DETROIT DISTRICT'S NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE UPSTREAM CHANNEL DEEPENING PROJECT IN SAULT STE. MARIE, MICHIGAN. The U.S. Army Corps of Engineers Detroit District (USACE LRE) will be soliciting proposals for an Invitation for Bid Firm-Fixed-Price construction contract to deepen the upstream approach channel at the Soo Locks complex. This project includes deepening of the upstream approach to the locks in the north canal at the Soo Locks complex in Sault Ste. Marie, Michigan in order to eventually accommodate the construction of a new Poe sized lock in the place of the existing Davis and Sabin Locks. The channel will be deepened to 29 feet below Low Water Datum plus 1 foot of required overdepth and 1 foot of allowable overdepth. The removal of both bedrock and overburden material will be required. The contractor will have the option to use mechanical means or blasting to remove the bedrock. Vibration monitoring will be required to ensure nearby structures such as the lock walls, highway and railroad bridges are not affected. It is industry standard practice to base design around products that meet the needs of the project based on the standard of quality required and the make and model used as basis of design. As all the components of a system must work together and function as a system, the basis of design of each individual component may change based on substitution. The standard of quality must remain the same as the USACE design. In addition to a performance requirements, the products used as the basis of design for the subject project were selected based upon compatibility and interoperability between the different components that operate as a complete functional system. Competition is only limited to the extent necessary to meet the Government's legitimate needs of this project. Contractors are free to use any product which meets the Government's minimum needs. Other manufacturers may be substituted as long as the standard of quality and characteristics of the substituted manufacturer meet or exceed the standard of quality and characteristics of the basis of design. Reference clause Federal Acquisition Regulation (FAR) 52.236-5, Material and Workmanship. The Materials and Workmanship clause will be included in the anticipated solicitation and resulting contract. This clause states that: "References in the drawings and specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition." The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is determined to be equal through formal evaluation comparison against the specified salient characteristics as provided by the written specifications for each piece of equipment, material, article or process. For the purposes described herein, the USACE LRE intends to issue a competitive solicitation that will include the brand name or equal items listed in the attached "list of brand name or equal items" This Notice of Intent is not a request for competitive proposals. All responsible sources may identify their interest and submit clearly articulated product information. Product information provided will be considered solely at the discretion of the Government. Responses must be received by 25 September 2019 to be considered. The Government will not be responsible for any cost incurred in preparation of your response. Submit response and questions to this notice to, Contract Specialist Jessica Baker: Jessica.L.Baker@usace.army.mil. The posting of this Notice satisfies the provisions set forth at FAR Subpart 5.2., Synopses of Proposed Contract Action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/ W911XK20B0001_NOI_BrandNameOrEqual/listing.html)
 
Place of Performance
Address: Soo Locks, 312 Portage Ave., Sault Ste. Marie,, Michigan, 49783-2445, United States
Zip Code: 49783-2445
 
Record
SN05438475-W 20190912/190910231142-d438d47e373c4ab9a20bf2d6f96c7285 (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.