The RFP Database
New business relationships start here

Downstream Lock Excavation Construction Contract


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

PURPOSE: The U.S. Army Corps of Engineers (USACE), Nashville District, intends to issue an Invitation for Bid (IFB) solicitation to construct the Downstream Lock Excavation Contract at Kentucky Lock and Dam in Grand Rivers, KY.
 

This is a Presolicitation 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 Nashville District anticipates awarding one firm-fixed price construction contract as the result of a sealed bid solicitation. No solicitation document exists at this time. The anticipated solicitation release date is around July-August of 2018.


The scope of the project consists of construction activities for excavation of the navigation lock chamber at the Kentucky Lock and Dam. The project area is located on the Tennessee River at river mile 22.2 near Grand Rivers, KY. The new 1200' x 110' lock is to be excavated landward of the existing lock.


The major components of the Kentucky Lock Downstream Lock Excavation contract include:


1) Excavation of approximately 1 million cubic yards of soil and rock;
2) Installation of 95 large diameter strand anchors to stabilize the downstream cofferdam walls and the existing lock's land wall;
3) Construction of a 3800 square foot maintenance building for lock operations;
4) Demolition of three (3) abandoned bridges and modifications to a fourth abandoned bridge;
5) Approximately 75,000 cubic feet of grout placement through about 175 holes into the rock foundation of the existing lock wall and downstream cofferdam walls;
6) Installation of instruments on downstream cofferdam and sections of existing lock land wall; and
7) Relocation of approximately 5,000 linear feet of 8" diameter ductile iron water main.


*The description above is not intended to be all encompassing and is subject to change.


NAICS CODE AND SBA SIZE STANDARD: The anticipated NAICS code is 237990, Other Heavy and Civil Engineering Construction, with a small business size standard of $36.5 million.


TYPE OF SET-ASIDE: FULL AND OPEN COMPETITION


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: The disclosure of magnitude range is between $25,000,000 and $100,000,000


PERIOD OF PERFORMANCE: The anticipated contract period is 480 calendar days after issuance of notice to proceed.


SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award. Bidders must have their representations and certifications available on-line in SAM or provide them with their bid in order to receive a Government contract award.


***ATTENTION*** NEW SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION PROCESS:
Effective March 22, 2018, new entities that are registering in SAM must submit an original, signed notarized letter identifying the authorized entity's Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration.
Effective April 27, 2018, entities that are updating or renewing their existing SAM registrations must submit an original, signed notarized letter identifying the authorized entity's Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration, before the registration is activated.
The new registration may now take several days to become active depending on (1) the information provided passing existing validations and (2) the entity's successful delivery of the required notarized letter.
Contractors who are new to the SAM registration process are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.
To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).


ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the 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 and alternate Contract Specialist for this solicitation is Jessica Baker telephone: 615-736-5640 e-mail: Jessica.L.Baker@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail. It must identify the Solicitation number, company name, address, e-mail address, phone number including area code and point of contact.


 


Jessica L. Baker, Phone 6157365640, Email jessica.l.baker@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP