TRM 303 Mooring Cell Construction
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) is issuing this Invitation for Bid (IFB) solicitation for Mooring Cell Construction at Tennessee River Mile 303.5 and 303.6 near De... PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) is issuing this Invitation for Bid (IFB) solicitation for Mooring Cell Construction at Tennessee River Mile 303.5 and 303.6 near Decatur, AL. The plans and technical specifications for this requirement are attached as separate document but intended to be a part of this solicitation. PROJECT DESCRIPTION: USACE anticipates a base with one (1) option; firm fixed-price construction contract to accomplish the following work at Tennessee River Mile 303.5 and 303.6: 1) Access by water. Most work will be located at Tennessee River Mile (TRM) 303.5 and 303.6 immediately upstream of the dam. The only access to provide equipment and materials to this worksite will be by water. 2) Mooring Cell #1 (TRM 303.6) Construction. The new cell diameter and height are indicated on the drawing set which will be included with the solicitation on FBO. The cell shall be placed in the footprint of the current cell. There is approximately 10-20 feet of water and 10-20 feet of overburden until expected refusal. The number of NEW sheet piles is listed in the drawing set. A tremie concrete seal shall be developed prior to aggregate placement. Dimensions and elevations are indicated by the drawing set. Any excess sheet piles once the mooring cell has been fully constructed shall be property of the Contractor. After the sheet piles have all been driven a diver must inspect the sheet piles for any interlock concerns. An inspection shall be made of each cell location within the TRM 303 locations. A concrete seal shall then be placed above the overburden. Once the concrete has adequately cured, the remaining height of the cell shall be filled with aggregate. OPTIONS: 1) Mooring Cell #2 (TRM 303.5) Construction. The new cell diameter and height are indicated on the drawing set which will be included with the solicitation on FBO. The cell shall be placed in the footprint of the current cell. There is approximately 10-20 feet of water and 10-20 feet of overburden until expected refusal. The number of NEW sheet piles is listed in the drawing set. A tremie concrete seal shall be developed prior to aggregate placement. Dimensions and elevations are indicated by the drawing set. Any excess sheet piles once the mooring cell has been fully constructed shall be property of the Contractor. After the sheet piles have all been driven a diver must inspect the sheet piles for any interlock concerns. An inspection shall be made of each cell location within the TRM 303 locations. A concrete seal shall then be placed above the overburden. Once the concrete has adequately cured, the remaining height of the cell shall be filled with aggregate. The cells shall be approximately 500 feet apart. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238120; Structural Steel and Precast Concrete Contractors, with a small business size standard of $15 million. TYPE OF SET-ASIDE: 100% Total Small Business Set-Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from this IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract with a base and one option to the company that provides the lowest priced bid who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. PERIOD OF PERFORMANCE: The anticipated period of performance for the base and option is approximately 238 calendar days. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors MUST be successfully registered in SAM, www.sam.gov, at the time of bid submission. Offerors must have their representations and certifications available on-line in SAM or provide them with their proposal in order to receive a Government contract award. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, bidders are urged and expected to inspect the site where the work will be performed. Please refer to the solicitation, once posted, for the exact date and time of the site visit. No other site visit will be scheduled or granted. Once posted; the solicitation will include the latest information on the organized site visit. (a) An organized site visit has been scheduled for- Wednesday, 24 April 2019 at 10:00 AM Central Time (b) Participants will meet at- PUBLIC BOAT RAMP 812 ISLAND WAY NW DECATUR, AL 35601 *NOTE: All Contractors wishing to access the current mooring cells will be required to provide their own boat. All boats must comply with all Federal and State boating regulations. REGISTER TO ATTEND SITE VISIT: To register, personnel interested in attending the site visit shall email Debra Barlow at debra.a.barlow@usace.army.mil with the following information: * Company Name * Company CAGE and/or Unique Entity Identifier number (DUNS number) * Name and position title of primary point of contact - their telephone number - their email address Site Visit requests shall be received not later than April 23, 2019, 4:00 PM Central time. ADDITIONAL INFORMATION: Specific information pertaining to this procurement is available in the solicitation. The solicitation documents will be posted on 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 Debra Barlow, telephone: 615-736-7933, email: debra.a.barlow@usace.army.mil. Any communications regarding this procurement must be made in writing via email. It must identify the Solicitation number, company name, address, email address, phone number including area code, facsimile number, and point of contact.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »