SOURCES SOUGHT
Y -- DOWNSTREAM GUIDE CELL FOR LOCK & DAM 25, NAVIGATION ECOSYSTEM SUSTAINABILITY PROJECT (NESP)
- Notice Date
- 4/1/2024 9:22:36 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P924S0690
- Response Due
- 4/29/2024 12:00:00 PM
- Archive Date
- 05/14/2024
- Point of Contact
- Tracy Tenholder, Phone: 3143318257
- E-Mail Address
-
Tracy.N.Tenholder@usace.army.mil
(Tracy.N.Tenholder@usace.army.mil)
- Description
- Sources Sought Notice W912P924S0690 DOWNSTREAM GUIDE CELL FOR LOCK & DAM 25, NAVIGATION ECOSYSTEM SUSTAINABILITY PROJECT (NESP) This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or make a contract award. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal, quote, or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested and capable of performing this work in order to determine an appropriate acquisition plan. USACE is not responsible for any costs incurred by interested parties in responding to this Sources Sought. POINT OF CONTACT: Tracy Tenholder, Contracting Officer � tracy.n.tenholder@usace.army.mil PROJECT INFORMATION The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses that are interested in and capable of constructing a Downstream (DS) Guide Cell for Lock & Dam 25.� Lock and Dam 25 is located approximately 61.5 river miles upstream from St. Louis and 241.5 miles above the mouth of the Ohio River. The contract is anticipated to be a Firm-Fixed-Price Construction contract. The anticipated period of performance for this project is 365 calendar days from issuance of the notice to proceed (NTP). NAICS CODE: 237990 Other Heavy and Civil Engineering Construction SIZE STANDARD: $45M CONTRACT ESTIMATED MAGNITUDE: Between $10,000,000 and $25,000,000. PROJECT DESCRIPTION The proposed project will consist of the construction of a DS Guide Cell to support the new 1,200-foot-long lock planned at L&D 25 in Winfield, MO. The DS Guide Cell will be approximately 50 ft in diameter and will be constructed using cellular sheet pile and founded on 4 ft diameter drilled shafts socketed into bedrock. Steel plates and horizontal corner protection will be provided at the barge impact zone regions of the guide cell. The traffic faces of the cell will have standard steel wall armor on the portions that are cast-in-place concrete.� The DS Guide cell will consist of providing all plant, labor, and materials, and perform all operations necessary to complete all the work associated with the Guide Cell.� The current Plans & Specs are included with this notice for information purposes. These drawings are at a 65% level of design maturity and are not the final set that will go out with the solicitation. The items of work include but are not limited to: 1. Underwater excavation of site. 2. Drive steel sheet piling for construction of new cell. 3. Install drilled shafts for construction of new cell. 4. Place lifts of concrete in the wet and in the dry inside of sheet piling for new cell and construct reinforced concrete cap at the top of the cell. �Concrete will be transported from plant to riverbank by ready mix trucks and transferred to the cell using barge mounted mixers by pump for a distance of approximately 500 feet. 5. Install steel armor for new cell. 6. Install new ladder and on new cell. 7. Install navigation light on new cell. 8. Place riprap for scour protection. CAPABILITY STATEMENT SUBMITTAL All interested, responsive and responsible System of Award Management (SAM) Database registered businesses are encouraged to participate in this Sources Sought by emailing the required information below to the point of contact. If your company is not SAM-registered, please do so at www.sam.gov. Responses shall include the following information and shall not exceed a total of ten (10) pages: 1. Please provide business information in the following format: Business Name: Points of Contact: (Name/Phone/Email) Address: Business Size and Category (Large/Small/8(A)/etc.) in relation to the NAICS code: CAGE and/or UEI Code: Indication of the intent to be a prime contractor or subcontractor Documentation supporting company�s capability to bond projects up to $15,000,000 for a single project as a Prime Contractor. 2. Firm�s intent to submit a proposal on the pending solicitation once issued (Yes/No). 3. Please provide examples of work that your company has performed as the Prime Contractor in the areas listed below. Include the total contract dollar value and amount bonded by submitting firm as the Prime Contractor. Detail what work was self-performed and what percentage of work was subcontracted. No more than three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Projects must have been bonded by submitting firm as the Prime Contractor to be considered. Areas of work involving characteristics that are similar to the types of work described herein: Installation of drilled shafts on contracts of similar size and scope. Marine Construction experience similar in size and scope. Placement of concrete via pumps or other means within inland waterways that allows for continuous placement of high volume lifts over extended periods of time. 4. The Government is considering Invitation for Bid (IFB) under FAR Part 14 as the acquisition strategy for this procurement. Provide your opinions (advantages/disadvantages) on utilizing this type of procurement method.� 5. Does your company think a different procurement method other than IFB should be considered for this acquisition? Examples of other acquisition strategies being considered include: IFB with Definitive Reasonability Criteria, Lowest Price Technically Acceptable (LPTA), and Best Value Trade Off under FAR Part 15. If so, please provide your recommendation and rationale for your preferred strategy. 6. If IFB is the selected procurement method, in your opinion, should specific experience be used as a Definitive Responsibility Criteria?� If so, what specific experience or certifications would you recommend that the government request to consider as definitive evidence to satisfy this criterion? 7. If IFB is the selected procurement method, in your opinion, should specific equipment be used as a Definitive Responsibility Criteria?� If so, what specific equipment would you recommend the government request to consider as definitive evidence to satisfy this criterion? 8. If IFB is the selected procurement method, in your opinion, should specific facilities be used as a Definitive Responsibility Criteria?� If so, what specific facilities would you recommend the government request to consider as definitive evidence to satisfy this criterion? 9. Does your company have experience with obtaining Drilled Shaft Foundation Inspection Certifications? 10. During the period of this construction contract, the lock will be continuously open to river traffic except for Approved Lock Closure Periods. The Contractor may request navigation outages where the lock is closed to navigation. The maximum total of allowed outages per month is 96 hours with each outage being no greater than 12 hours. There must be at least 24 hours between each outage to allow for passing of accumulated navigation through the lock. �From your perspective, do you foresee any issues with these limitations? 11. Are there any concerns or risks with the anticipated period of performance for this project which is 365 calendar days from NTP? Please outline concerns and provide some recommendations for a different period of performance. 12. Do the draft plans and specs present any constructability risk or concerns? What do you recommend the government change to mitigate those risks. 13. Do you have any concerns with the biddability of this project? Any changes the government should consider to increase biddability. 14. Underwater concrete placement will require a continuous pour of tremie concrete in the cell up to 20 feet in thickness. Pumping distance is approximately 500 feet.� Are there any concerns with supplying concrete continuously over an extended period of time in order to meet this requirement? Any information submitted by respondents to this Sources Sought Notice is strictly voluntary.� Responses are to be sent via email to Tracy Tenholder no later than 2:00 p.m. CST, 29 April 2024. The subject line of the email shall reference the Market Research number in the announcement. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e2f6339de773410aa10ef19499c9186f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07016017-F 20240403/240401230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |