The RFP Database
New business relationships start here

Illinois River Basin, LaGrange Lock and Dam, Major Rehabilitation


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Illinois River Basin, LaGrange Lock and Dam, Major Rehabilitation

The work includes, but is not limited to, lead abatement; demolition; temporary facilities; surveying; dewatering and protecting lock chamber and maintaining dewatered lock chamber; removing debris within the lock chamber; blasting; installing lock dewatering observation wells; cleaning lock chamber floor weep holes; removing and replacing horizontal concrete; vertical concrete line drilling, saw cutting, blasting, and grinding; precast concrete panel fabrication and installation; constructing four (4) Tainter valve concrete protective piers; removing and replacing miter gate anchorage; removing and replacing miter gate machinery including rotary actuators; removing and replacing Tainter valve cylinder; removing and repairing Tainter valves; installing PLC system; I-wall hydraulic power unit control building; HVAC work; electrical work; sewage lift station; fiber optic data system; fabricate control stands; fabricate miscellaneous metal items; hydraulic system and piping removal and replacement; removal of sand in pipe trenches; bubbler system installation; installing generators; testing and commissioning of electrical and mechanical systems; building renovation (doors and frames, windows and window treatments, painting), and thermoplastic polyolefin roofing; removing fuel tanks and testing contents; installing hand railing; concrete work; asphalt work; flagpole; seeding and site restoration.


NAICS Code: 237990
Size Standard: $36,500,000.00
Estimated Range: $25,000,000 - $100,000,000
Unrestricted Procurement- Best Value Trade Off


Basis for award:


This construction contract will be awarded using competitive negotiations procedures for achieving the Best Value to the Government through the Source Selection Process. The Source Selection will be conducted in accordance with procedures prescribed in FAR Part 15. The Government will select for award the proposal that is most advantageous and represents the best overall value to the Government, considering the Technical Approach, Past Performance, Small Business Participation and Price, along with their respective sub-factors (as applicable).


It is anticipated the final plans and specifications for this project will be available to request from www.fbo.gov on or about 25 June 2018. Any contractor wanting the plans and specifications must request access from the Contract Specialist, Carissa McKinley. 



Any contractor wanting information pertaining to any small business concerns shall request assistance from the Rock Island District's Small Business Representative.


Beth M. White
Deputy, Small Business Programs
US Army Corps of Engineers, Rock Island District
Elizabeth.M.White@usace.army.mil
Desk: 309-794-5205
Cell: 309-422-6595


 


 


Carissa McKinley, Contract Specialist, Phone 3097945661, Email carissa.j.mckinley@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP