The RFP Database
New business relationships start here

New Soo Lock Upstream Channel Deepening


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

**NOTICE**SOLICITATION HAS BEEN POSTED SEE ATTACHMENTS ON RIGHT HAND SIDE OF SCREEN.  ANY AMENDMENTS MADE TO THE SOLICITATION WILL BE POSTED HERE ON FBO.GOV AS AN ATTACHMENT.


THERE ARE 5 AMENDMENTS TO THE SOLICITATION:


 


AMENDMENT 1: POSTED JUNE 27, 2019


AMENDMENT 2: POSTED JULY 18, 2019


AMENDMENT 3:POSTED JULY 23, 2019





AMENDMENT 4 POSTED JULY 31, 2019 (NOTE this amendment is incorreclty labeled "amendment 3" in the parent folder.  See files labeled "Amendment 0004 Plans", "Amendment 0004 Specifications" and "Amendment 0004 W911XK19B0004" with a posting date of Jul 31, 2019)


AMENDMENT 5: POSTED August 29, 2019 Purpose: IFB Cancellation


 





Presolicitation Notice (May 31, 2019)


PURPOSE: The U.S. Army Corps of Engineers (USACE), Detroit District, intends to issue an Invitation for Bid (IFB) solicitation to construct the New Soo Lock Upstream Channel Deepening at Sault Ste. Marie, Michigan.


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 Detroit 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 June-July 2019.


The scope of the project includes deepening of the upstream approach to the locks in the north canal at the Soo Locks complex in Sault Ste. Marie, Michigan in order to eventually accommodate the construction of a new Poe sized lock in the place of the existing Davis and Sabin Locks. The channel will be deepened to 29 feet below Low Water Datum plus 1 foot of required over-depth and 1 foot of allowable over-depth. The removal of both bedrock (200k- 300k CY of Jacobsville Sandstone) and overburden material (approximately 100k CY) will be required. The contractor will have the option to use mechanical means or blasting to remove the bedrock. However, mechanical removal will be required in buffer zones around the existing structures. Vibration monitoring will be required to ensure nearby structures such as the lock walls, highway and railroad bridges are not affected. Material will be taken by the contractor to an upland disposal site directly adjacent to the work area. Access to the deepening site is limited and is mainly accessible by water.


*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 24 months.


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:
IMPORTANT NOTICE: Effective June 29, 2018 vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.


Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS).


The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any delays. Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. 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 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.


ADVANCED NOTICE OF PRE-BID MEETING/SITE VISIT


The pre-bid meeting/site visit will be held on 09 July 2019 at 0800 ET.


LOCATION: The meeting will begin at the Soo Lock's Conference Room at the Ramada Plaza Ojibway. The site visit portion to the Soo Locks Facility is included in the Pre-Bid Meeting, please see registration requirements below.


Address:


Ramada Plaza Ojibway


Soo Lock Conference Room


240 West Portage


Sault Ste. Marie, MI 49783


REGISTRATION: To register, individuals interested in attending the site visit portion must RSVP to USACE Points of Contact Starr Gallego and Aaron Miller by e-mail to Starr.M.Gallegos@usace.army.mil and Aaron.C.Miller@usace.army.mil no later than 3:00 PM Eastern on 5 July 2019.


REQUIRED Personal Protective Devices (PPE): Visitors to the site will be required to provide their own PPE including steel-toe footwear, hard hats, safety glasses, reflective vests and personal floatation devices. Contractors who do not have these items present at the Site Visit will not be able to participate in the site visit.


 


 


 


 


Special Notice


 


****UPDATE 4/23/2019 Please see changes/highlights in BOLD text below****


ADDED AGENDA FOR INDUSTRY DAY AS ATTACHMENT


ADDED DRAFT SOLICITATION, PLANS AND SPECIFICATIONS AS ATTACHMENTS


QUESTIONS: Questions/Comments on draft documents or industry day may be submitted to Jessica Baker at Jessica.L.Baker@usace.army.mil until MAY 8, 2019 however, questions will not be posted to publicly to FBO and the Government will not be answering questions that are submitted.  The questions/comments will be taken into consideration when developing the final solicitation documents.



New Soo Lock Upstream Channel Deepening



Description:
The U.S. Army Corps of Engineers (USACE), Detroit District, is conducting an Industry Conference on 1 May 2019 to seek feedback from potential contractors on the New Soo Lock Upstream Channel Deepening at Sault Ste. Marie, Michigan.


The intent is for USACE to present Draft 95% Plans and Specifications and a Concept of Construction for industry review. USACE seeks feedback from a contractor perspective towards clarity and constructability of the current plan for base and option line items.


The Draft 95% Plans and Specifications will be uploaded to this site for your review on or about 22 April 2019.


THIS IS NOT A SOLICITATION AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a Special Notice and is for planning purposes only as defined by FAR 15.201. This is not a solicitation announcement, nor is it an Invitation for Bid (IFB), Request for Proposal (RFP), or Request for Quote (RFQ). No solicitation is currently published. Participation in this conference by any party does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. The Government is not responsible for any costs associated with: reviewing the Draft Documents, preparing and submitting comments, or any other efforts towards participation in this conference. Furthermore, the Government is not obligated to compensate respondents for any information received, even if the Draft Documents are revised as a result of a respondent's comment or question. Respondents should refrain from providing proprietary information in the course of the conference, since any information acquired by the Government in this forum will not be treated as proprietary. The information gathered will be used by the Government to make appropriate acquisition decisions. Replies to responses, comments, or suggestions will not be provided or published.


The scope of the project includes deepening of the upstream approach to the New Soo Lock in the north canal at the Soo Locks complex in Sault Ste. Marie, Michigan in order to eventually accommodate the construction of a new Poe sized lock in the place of the existing Davis and Sabin Locks. The channel will be deepened to 29 feet below Low Water Datum plus 1 foot of required over-depth and 1 foot of allowable over-depth. The removal of both bedrock (200k- 300k CY of Jacobsville Sandstone) and overburden material (approximately 100k CY) will be required. The contractor will have the option to use mechanical means or blasting to remove the bedrock. However, mechanical removal will be required in buffer zones around the existing structures. Vibration monitoring will be required to ensure nearby structures such as the lock walls, highway and railroad bridges are not affected. Material will be taken by the contractor to an upland disposal site directly adjacent to the work area. Access to the deepening site is limited and is mainly accessible by water.


This project has unique health/safety requirements that include the use of load handling equipment that makes this a high hazard activity.

The estimated performance period for this contract is 24 months.



The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990, Other Heavy and Civil Engineering Construction. Small Business size is $36.5M.



The magnitude of this project is between $25,000,000 and $100,000,000


The following information is provided in this Special Notice:



Event: Industry Conference


Date: 1 May 2019.


Time: 8:30 AM Eastern


Location: 312 W. Portage Ave.
Sault Ste. Marie, Michigan


Conference Site Visit Portion: An organized site visit has been scheduled to occur during the conference. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. Visitors to the site will have to provide their own Personal Protective Equipment including hard toe footwear, hard hats, safety glasses, reflective vests and HiVis Life Jackets that meet EM 385-1-1 standards. Contractors who do not have these items present at the Site Visit may not be able to participate in the visit. No bathrooms will be available during the site visit.


Only registered persons will be permitted to attend the site visit portion of the conference. In addition to the below information, also provide your firm's name, CAGE and/or Unique Entity Identifier (UEI) number (formerly known as DUNS), and name and position title of primary point-of-contact and their telephone number and email address.


REGISTRATION: To register, individuals interested in attending the site visit portion must submit all planned attendeees Full Name(s) and Company Name(s) to USACE POCs Starr Gallegos and Aaron Miller by email to Starr.M.Gallegos@usace.army.mil and Aaron.C.Miller@usace.army.mil no later than 5:00 PM Eastern on April 25, 2019. Notification of approval or denial will be provided prior to the date of the site visit.

Please be sure to bring your Photo ID's with you, they will be checked at registration prior to the site vist. 

***ATTENTION*** NEW SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION PROCESS:

IMPORTANT NOTICE: Effective June 29, 2018 vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.
Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS).
The new registration process may now take several weeks, so vendors 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).


 


 


 


Robert Austin, Chief, Contracting Branch, Phone 3132266819, Email robert.w.austin@usace.army.mil - L. Will Smith, Phone (313) 226-2797, Email lloyd.w.smith@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP