LOCK AND DAM 5A ROUTINE GATE MAINTENANCE
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jul 03, 2024 02:15 pm CDT
- Original Published Date: May 30, 2024 10:27 am CDT
- Updated Date Offers Due: Jul 16, 2024 02:00 pm CDT
- Original Date Offers Due: Jul 02, 2024 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 31, 2024
- Original Inactive Date: Jul 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1KA - MAINTENANCE OF DAMS
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Fountain City , WI 54629USA
Description
***Amendment 0003 makes changes to the plans and specifications, replaces the Schedule of Prices, and updates the DOL DBA Wage Determination for Wisconsin.
***The Government intends to issue an amendment which removes the requirement for CLIN 0006 Fabricate and Replace Roller Gate End Discs from the project scope. The purpose of this early notification is to allow industry to plan accordingly. Any further questions about the upcoming amendment will be addressed/answered once the amendment has been posted.
***Amendment 0002 makes changes to the specifications and updates the DOL DBA Wage Determination for Wisconsin.
***Amendment 0001 makes changes to the specifications, updates clauses and provisions, documents the site visit, and updates the DOL DBA Wage Determination for Minnesota.
The following is a Request for Proposal (RFP).
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. 5A Routine Gate Maintenance project.
Lock and Dam 5A is located at W679 WI-35, Fountain City, WI 54629-7214.
The scope of work shall include the following: The Contractor shall mobilize to the site which is located in Fountain City, Wisconsin and repaint/repair the dam roller gates. There are also options for rehabilitation of the bulkhead trucks, rehabilitation of the tainter gate bulkheads, and roller gate cathodic protection. This work will have to be accomplished using a marine plant. Work includes cleaning the gates, removing the existing paint to bare metal, containing, and disposing of the debris generated through paint removal, repainting all steel surfaces, testing, removing the existing rubber seals, replacing the existing rubber gate seals with new rubber seals, inspecting the gates, providing an inspection report, and performing miscellaneous steel repairs.
In accordance with DFARS 236.204, the anticipated magnitude of this project will be between $25.0 Million and $100.0 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.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- Scott E. Hendrix
- Scott.E.Hendrix@usace.army.mil
Secondary Point of Contact
- Kenneth J. Eshom
- kenneth.j.eshom@usace.army.mil
History
- Aug 03, 2024 10:55 pm CDTSolicitation (Updated)
- Jul 03, 2024 02:15 pm CDTSolicitation (Updated)
- Jun 30, 2024 10:55 pm CDTPresolicitation (Original)
- Jun 26, 2024 01:00 pm CDTSolicitation (Updated)
- Jun 25, 2024 02:58 pm CDTSolicitation (Updated)
- Jun 18, 2024 01:24 pm CDTSolicitation (Updated)
- May 30, 2024 10:27 am CDTSolicitation (Original)