Stone, Burns Waterway Harbor & Indiana Harbor
PROJECT DESCRIPTION: This is a combined Synopsis/Solicitation Notice for commercial items issued pursuant to FAR Subpart 12. Under this notice, The U. S. Army Corps of Engineers, Chicago District (USA... PROJECT DESCRIPTION: This is a combined Synopsis/Solicitation Notice for commercial items issued pursuant to FAR Subpart 12. Under this notice, The U. S. Army Corps of Engineers, Chicago District (USACE) is issuing a Request for Proposal (RFP) for the supply of stone to the Burns Waterway and Indiana Harbors. The stone material acquired by this purchase will be used for maintenance and repair work at Burns Waterway Harbor and Indiana Harbor. The 500 pounds to 2,000 pounds (quarter ton to one ton (0.25 - 1) stone material will be utilized to repair scour holes at Burns Waterway Harbor located in Portage, IN. The three to seven (3 - 7) ton stone material will be used to rubblemound the Easterly Breakwater Structure at Indian Harbor located in East Chicago, IN. The scope of work includes the furnishing and delivering of quarter to one (0.25 - 1) ton stone materials to Burns Waterway Harbor. The scope of work also includes the furnishing and delivering of three to seven (3 - 7) ton non-sedimentary armor stone materials to Indiana Harbor and possibly the Chicago Area Stone Storage Dock. All days referenced within this specification are calendar days unless specifically defined otherwise. Notwithstanding other provisions of this contract, all Armor Stone (3 tons to 6 tons gradation) provided shall be crystalline non-sedimentary rock type(s). This restriction does not apply to the smaller sized stone. The work to be completed includes the supply and delivery of granite, quartzite, gabbro, diabase, basalt, or granodiorite stone materials. The stone material includes quarter to one (0.25 - 1) ton (500 pounds o 2,000 pounds) stones and three to seven (3 -7) ton (6,000 pounds to 14,000 pounds) stone. The Contractor shall deliver stone only by means of marine transportation to these locations. The Contractor will deliver the various stone materials acquired by this purchase to three different sites. The points of delivery include Indiana Harbor Easterly Breakwater Structure, Burns Waterway Harbor, the Chicago Area Stone Storage Dock. 1.Burns Waterway Harbor - This delivery site is located on the north side of the Burns Waterway Harbor channel entrance; the nearest street address of this location is 6625 South Boundary Drive, Portage, IN 46368. This is the location of the Port of Indiana - Burns Harbor. If the Contractor requires landside access to this point of delivery for any reason, the Contractor must contact the Port of Indiana - Burns Harbor in advance to obtain access to the site. 2.Indiana Harbor - This delivery site is located at the easterly breakwater structure located on the east side of the of the Indiana Harbor entrance channel; the nearest street address of this location is 3210 Watling Street, East Chicago, IN 46312. This is the location of ArcelorMittal's Indiana Harbor Long Carbon Facility. If the Contractor requires landside access to this point of delivery for any reason, the Contractor must contact ArcelorMittal in advance to obtain access to the site. 3. Chicago Area Stone Storage Dock - This site is located on the north side of the mouth of the Calumet River; the nearest street address of this location is 8555 South Green Bay Avenue, Chicago, IL 60617. This is the location of the public street intersection is East 86th Street, and South Green Bay Avenue in the City of Chicago. If the Contractor requires landside access to this point of delivery for any reason, the Contractor must contact the Technical POC in advance to obtain access to the site. All contractor and all associated subcontractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) THIS ACQUISITION IS BEING SOLICITED UNRESTRICTED AND OPEN TO ALL BUSINESS CONCERNS. The applicable Size Standard is North American Industry Classification System (NAICS) Code 327991, with a Small Business size standard of $500,000,000.00 ($500M). SUBMITTAL DUE DATE AND TIME: The Contractor submittal packages must be received by the USACE - Chicago District Office no later than 12:00 PM CDT on February 26, 2019. Please follow instructions for proposal submission listed in Section A of the attached RFP. Please reference the subject solicitation number on all correspondence. AMENDMENT 1: A. By way of this Amendment No. 0001, the proposal response date and time is hereby EXTENDED for Solicitation Number W912P619R0004, "STONE MATERIALS FOR MAINTENANCE AND REPAIR WORK AT BURNS WATERWAY HARBOR AND INDIANA HARBOR, INDIANA." B. The new proposal due date and time is Friday, March 1, 2019 at 4:30p.m. (Central/Chicago local time). Therefore, all submittals set forth by the Solicitation must arrive to the Chicago District, Contracting Branch by NO LATER THAN 4:30p.m. (Central/Chicago local Time) on March 1, 2019. This extension will allow the USACE to issue a subsequent amendment to address contractor's inquiries and allow time for contractor's to provide their proposals. AMENDMENT 2: A. By way of this Amendment No 0002, USACE incorporates a revised delivery schedule into Section F of the solicitation. Additionally, Questions and Answers are provided. IMPORTANT NOTES: IN THE CASE OF A DISCREPANCY BETWEEN THE DATES PUBLISHED IN THIS NOTICE AND THOSE CALLED OUT IN THE ATTACHED RFP DOCUMENT, THE DATES IN THE RFP DOCUMENT OVERRIDES THOSE PUBLISHED HEREIN THIS NOTICE; THIS IS RELATIVE TO THE RFP ISSUANCE DATE AND THE DUE DATE FOR SUBMITTAL PACKAGES. The solicitation will be available on the web only. Any associated project files are Portable Document Format (PDF) files and can view, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FBO website by download only and are available for download through the FBO website. Prior to submission of proposals all contractors must have an active registration in the System for Award Management (SAM) database. To register or update information go to http://www.SAM.gov. THIS ANNOUNCEMENT SERVES AS THE ADVANCE NOTICE. QUESTIONS: PLEASE NOTE: INTERESTED OFFERORS ARE HIGHLY ENCOURAGED TO SUBMIT THEIR CONTRACTING AND TECHNICAL INQUIRIES IN WRITING BY February 20, 2019 to Harrell Hooks at Harrell.a.Hooks@usace.army.mil. ** Please include Solicitation Number W912P6-19-Q-0002 on all correspondence **
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »