Similar Projects
Last Updated | 09/20/2023 07:03 AM |
Project Title | Lock And Dam 5 Routine Gate Maintenance |
Physical Address | View project details and contacts |
City, State (County) | Minnesota City, MN 55959 (Winona County) |
Category(s) | Heavy and Highway |
Sub-Category(s) | Dam/Tunnel, Site Development |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Construction start expected November 2023 |
Bids Due | View project details and contacts |
Estimated Value | $22,535,910 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The following is a Request for Proposal (RFP). Questionnaire in its entirety, to the reference points of contact. Completed questionnaires shall be submitted by the reference points of contact directly to the Governments point of contact, Scott Hendrix at scott.e.hendrix@usace.army.mil, prior to the solicitation closing date W81G6731728646 The following information will be needed to submit or view offeror inquiries: Managing Agency: USACE Solicitation Number: W912ES23R0007 Offeror Inquiry Key: 4VPXAG-93BZFD The U.S. Army Corps of Engineers (USACE), St. Paul District is soliciting a requirement for a contractor capable of providing all labor, material, and equipment necessary to meet the requirements for the Lock and Dam No. 5 Routine Gate Maintenance project. Lock and Dam 5 is located at 12554 Highway 61, Minnesota City, MN 55959. The scope of work includes the following: 1. Rehabilitation of the roller gates including sandblasting and painting, replacing seals, replacing end shields, and performing a detailed inspection of all members of the gates to determine miscellaneous steel repairs required. Perform gate muck and debris removal as specified in the specifications. 2. Rehabilitation of the roller gate bulkheads. These repairs will need to be made prior to the use of the roller gate bulkheads. 3. Rehabilitation of bulkhead trucks including sandblasting and painting and disposal of the abrasive blast waste which contains lead-based paint in accordance with federal, state, and local regulations. 4. Miscellaneous steel repairs of the roller gates and the roller gate bulkheads. 5. Dispose of the Poiree strong backs and stringers off site. These items contain lead-based paint. 6. Two Optional CLINs include sandblasting and painting the roller gate bridge spans and the storage yard bridge spans. This work will include sandblasting the stair towers. These areas contain lead-based paint, and must be disposed of in accordance with federal, state, and local regulations. In accordance with DFARS 236.204, the anticipated magnitude of this project will be between $10.0 Million and $25.0 Million. The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation is a Total Small Business set-aside. The solicitation is a request for proposal (RFP) and will be evaluated as Lowest Price Technically Acceptable (LPTA). No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. There is no "Plan Holder List" for this project. The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website. In order to view this list, vendors will need to sign in to their SAM account. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing. As required by 15 U.S.C. 644(w), the Corps of Engineers' policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |