Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOLICITATION NOTICE

Y -- Pickwick Lock Mooring Cells Construction

Notice Date
7/25/2017
 
Notice Type
Presolicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
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
W912P5-17-B-0011
 
Point of Contact
Debra A. Barlow, Phone: 6157367933, Lether E. Robinson, Phone: 6157367915
 
E-Mail Address
debra.a.barlow@usace.army.mil, lether.e.robinson@usace.army.mil
(debra.a.barlow@usace.army.mil, lether.e.robinson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Invitation for Bid (IFB) solicitation for Mooring Cell Construction at Pickwick Lock and Dam, Counce, TN. This is a Pre-solicitation Notice. This notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: USACE anticipates a firm fixed-price construction contract to accomplish the following work at Pickwick Lock and Dam: 1) Access by water. Most work will be located at Tennessee River Mile (TRM) 209 immediately upstream of the dam. The only access to provide equipment and materials to this worksite will be by water or across the channel for the lock's upper approach. 2) Government furnished property. Sheet piles will be Government furnished and are stored at the Barkley Lock & Dam Storage Yard (NAD 83 & NAVD 88 - E: 917030.8, N: 1898736.0). All other materials shall be provided by the contractor. The contractor will be responsible for pick up and transporting all sheet piles specified without damage. A crane may be necessary to move sheet piles closer to or onto the floating barge. No spreader bar or cellular sheet pile template will be provided and will be the responsibility of the contractor. 3) Demolition. One Mooring Cell at Pickwick Lock and Dam, specifically Tennessee River Mile (TRM) 209 will be replaced. Specific coordinates will be provided by the Contracting Officer Representative. Demolition of the cell requires removal and storage of the aggregate, and removal of sheet piles. The removed aggregate will remain Government property and must be salvaged as fill for the new replacement cell. The remaining aggregate necessary to fill the cell shall be provided by the contractor. The existing sheet piles have significant voids in the sheeting and must be removed. The removed sheet piles shall be the property of the contractor. All mooring ring assemblies removed shall be property of the contractor. All horizontal fenders shall be removed and be property of the contractor. 4) Construction. The new cell will be 30.5 ft Diameter by 60 ft height in the same footprint. Approximately 20 feet of water and 30 feet of overburden until expected refusal. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238120; Structural Steel and Precast Concrete Contractors, with a small business size standard of $15 million. TYPE OF SET-ASIDE: 100 Percent Total Small Business Set Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from the IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract to the company that provides the lowest priced bid who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $500,000 and $1,000,000. PERIOD OF PERFORMANCE: The anticipated period of performance for the base and option is approximately 180 calendar days. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is around August 14, 2017. The performance work statement will be available at the time of solicitation release. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, 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 Debra Barlow, telephone: 615-736-7933, fax: 615-736-7124, email: debra.a.barlow@usace.army.mi and Lether Robinson, telephone: 615-736-7915, fax: 615-736-7124, email: lether.e.robinson@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/W912P5-17-B-0011/listing.html)
 
Place of Performance
Address: Counce, Tennessee, United States
 
Record
SN04597526-W 20170727/170726043350-dd5967a7dc2430cef604f2bd718b9d32 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.