Inactive
Notice ID:W912EQ19R0001
Title of Work: Mississippi River Stone Placement at Various Locations Project Description: The work consists of furnishing all plant, labor, materials, and equipment for the construction of various ty...
Title of Work: Mississippi River Stone Placement at Various Locations Project Description: The work consists of furnishing all plant, labor, materials, and equipment for the construction of various types of stone navigation structures to include all types of dikes, chevrons, bendway weirs, hardpoints, and other river training structures in the Mississippi River within the boundaries of the Mississippi and Vicksburg Districts. Maintaining the MR&T Channel Improvement Project as authorized requires the construction and maintenance of various types of stone navigation structures, to include all types of dikes, chevrons, bend way weirs, hard points, and other river training structures. Additional work may include placement of stone fill and longitudinal peaked stone toe protection in specified areas such as dike fields, revetments, and other locations along the river as well as riprap bank paving to include bank clearing, grading and excavation. Since project initiation, over 1,100 stone navigation structures with a total length of 334 miles of structures and approximately 700 miles of revetment have been constructed. Individual Task Orders will be issued throughout the life of the contract designating the locations and types of work that will be performed. Estimated duration of the project will be determined per task order. The required daily production rates will vary based on the size, scope, and complexity of the individual task orders issued as well as the method of stone placement. Generally the production rates used to determine the various methods of stone placement will be approximately as follows: 8,000 tons per day for "drag-off" placement; 3,000 tons per day for "bailing" placement; and 1,000 tons per day for placement involving hauling stone with trucks. Additionally, the average required daily production for bank paving placement will be approximately 2,000 tons per day. The contract work is performed during variable river stages and additional equipment may be needed to meet the required production rates. In addition, a sufficient number of towboats and supply barges will be required to meet daily production rates at any location between River Miles 954.0 to 320.0 AHP. North American Industry Classification System: 237990 Small Business Size Standard: $36.5M Acquisition Strategy: U.S. Army Corps of Engineers, Memphis District (MVM), proposes to award several Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). This procurement will be advertised as Unrestricted. Work Location: The project work will take place along the Mississippi River within the Districts' boundaries from River Mile 954 AHP to 320 AHP. The work may be performed at various locations (multiple sites) along the river in the states of Illinois, Kentucky, Missouri, Arkansas, Tennessee, Mississippi, and Louisiana. Magnitude of Work: $150 million capacity Contract Duration: 5 years (no options) Request for Proposal: Will be issued on or about 5 April 2019 Proposal Due Date: On or about 6 May 2019 The Government intends to issue one solicitation, W912EQ19R0001, which will result in the award of several Firm Fixed Price(FFP), Indefinite Delivery/Indefinite Quantity(IDIQ), Multiple Award Task Order(MATOC). A copy of this solicitation may be downloaded from the Federal Business Opportunities Web Site at www.fbo.gov. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. ***** Immediate Changes in System for Award Management (SAM) Registration Process******The General Services Administration (GSA) has launched a new security measure (effective immediately) in the System for Award Management (SAM) which requires every *NEW* contractor registrant to provide a written, notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration. To register, the SAM Internet address is: http://www.sam.gov. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for proposal preparation costs. For additional information regarding this solicitation please contact Judy Stallion at (901) 544-0776.