The RFP Database
New business relationships start here

Olmsted Maintenance Support


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

TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 Other Heavy and Civil Engineering Construction.


TYPE OF SET-ASIDE: Unrestricted Procurement with a 10% HUBZone price preference.



SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Phase I: Past Performance, Technical; Phase II: Management, Design-Technical and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.



DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.



CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with FAR 36.204.



SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.



SCOPE: The Contractor shall provide all labor, equipment, necessary to perform all operations in lifting and setting a government furnished dive deflector box that will be used to support USACE employees and divers for the replacement of dam wickets at Olmsted Locks & Dam and clearing of the concrete area near the horse hinge pin. Contractor fleet support shall consist of, but is not limited to, anchoring the floating plant, positioning the contracted floating plant, underwater excavation, transporting a 60 ton dive deflector box, picking/setting a 60 ton dive deflector box in open river dam down flowing water conditions and slack water dam up conditions, winching the government dam raising floating plant across wicket holes, and using contractor towboat to move government floating plant around wicket holes. Wicket replacement support will be predominately to support repairs of more than 1 wicket in a row, or areas where wickets are in poor condition and cannot be repaired without the dive deflector box. The minimum required floating plant would consist of a towboat, crane, spud barge, dredging capabilities, anchoring capabilities, and safety vessel.


All work is to be completed in accordance with these specifications, referenced drawings, Industry
Standards, and any and all applicable codes, regulations and ordinances.


The project site is located on the Ohio River mile 964.4. Address Olmsted Locks & Dam, 567 New Dam Rd, Olmsted, IL 62970.


Justin Bennett, Contract Specialist, Phone 5023156203, Email justin.k.bennett@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP