MODIFICATION
Z -- Lock & Dam No. 6 Upper Guide Wall Traveling Mooring Bitt System Rehabilitation - Trempealeau County, WI
- Notice Date
- 4/23/2018
- 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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES18R0006
- Response Due
- 4/10/2018 2:00:00 PM
- Archive Date
- 7/31/2018
- Point of Contact
- John P Riederer, Phone: 651-290-5614
- E-Mail Address
-
John.P.Riederer@usace.army.mil
(John.P.Riederer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Please Disregard the information posted under Amendment 3 on FBO. Amendment 0003 is actually labeled Amendment 4 in FBO. The U.S. Army Corps of Engineers - St. Paul District is seeking a contractor to replace the Traveling Mooring Bitt System (a.k.a. Tow Haulage Rail) on the upper guide wall of Lock and Dam No. 6, in Trempealeau County, Wisconsin. Work involves, but is not limited to, removal of the existing rail, rail clips, and traveling mooring bitts; proper onsite storage of existing rail and traveling mooring bitts; proper offsite disposal of rail clips and debris; concrete demolition and removal; crack repair; grouting abandoned conduits; placing concrete to restore top of guidewall and to fill manholes; testing of the new traveling mooring bitt system; fabrication, and installation of the new traveling mooring bitts system, including rail anchors, bed plates, clips, rail, and traveling mooring bitts; and demonstration that the traveling mooring bitts are able to freely traverse the entire length of the rail without binding. Work includes all parts, material, equipment, and labor as shown and specified. All on-site work will be performed during the river non-navigation season (i.e. 1 December 2018 - 4 March 2019). The magnitude of this construction project is between $500,000 and $1,000,000. The North American Industry Classification (NAICS) for this acquisition is 237990 with a Small Business Size Standard of $36,500,000. The solicitation is issued as an Request for Proposal (RFP), with Full and Open Competition. Firms of any size are invited to submit proposals. Offerors will submit seperate Technical and Pricing proposals. Technical proposals must demonstrate recent and relevant experience with the construction and field installation of large moveable structures, as well documentation that the fabricator is AISC certified, and the qualifications of the erecting engineer. Details of proposal requirements are included in the solicitation. No CD's or hard copies will be available. Offerors are responsible for checking FBO for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must be registered with System for Award Management (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.sam.gov. Amendment 0004 has been posted. This amendment contains changes to the plans and specifications, the price schedule, and more.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES18R0006/listing.html)
- Place of Performance
- Address: Lock and Dam No. 6, W24055 Lock & Dam Rd., Trempealeau, Wisconsin, 54661-0406, United States
- Zip Code: 54661-0406
- Zip Code: 54661-0406
- Record
- SN04898238-W 20180425/180423230804-9dc538bba4852053e14430af2abd1268 (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 |