Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

Y -- New Lock at the Soo, New Third Lock

Notice Date
10/13/2021 5:24:48 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
 
ZIP Code
48226-5000
 
Solicitation Number
W911XK21R0001
 
Response Due
11/4/2021 11:00:00 AM
 
Archive Date
03/28/2022
 
Point of Contact
Sandra Kenzie, Phone: 3132266819, Travis.J.Specht@usace.army.mil
 
E-Mail Address
sandra.m.kenzie@usace.army.mil, Travis.J.Specht@usace.army.mil
(sandra.m.kenzie@usace.army.mil, Travis.J.Specht@usace.army.mil)
 
Description
Posting of Amendments All current and previous amendments (Amendment 0004, 0005, 0006 and 0007) that have been provided only to the offerors that had submitted a stagger one proposal will now be publicly posted. ****************************************************************************** The�US Army Corps of Engineers, Detroit District will reopen public competition for this action to revise the type of contract from Firm Fixed Price to a Fixed Price with an�Economic�Price Adjustment. In addition, the solicitation method will no longer be staggered so the amendment will revise the�solicitation for a complete proposal package to include requirements required for both stagger periods.��We intend to post the amendment for these changes on or around October 19, 2021 and the proposal period will be 30 days after the amendment is posted.� ****************************************************************************************** STAGGER TWO AMENDMENTS Stagger One Proposals have been received on August 30, 2021. All documents that are issued after that time will only be provided to the contractors that have submitted a Stagger One Proposal.� Stagger Two Proposals are currently scheduled to be provided on Nov. 4,�2021. RFIs pertainint to the Stagger Two information must�be submitted by�noon, October 19, 2021. ******************************************************************************************* The Detroit District US Army Corps of Engineers is contemplating the use of the Economic Price Adjustment clause in solicitation W911XK21R0001 for the New Third Lock at Sault Saint Marie.� The purpose of the clause is to allow for adjustments in contract price to mitigate the cost risks associated with abnormal economic instability.� If included, the Government would intend to administer the adjustment using price indexes on key materials, likely steel, concrete, and fill materials on an annual basis.� The Government will utilize invoiced quantities and indexed price flux compared to the anticipated contractor proposed escalation to determine if the awardee is owed additional compensation or if the Government is owed a credit as a result of market prices. The Government is providing this notification to allow for proper consideration from perspective offerors and to allow the opportunity for Contractor input prior to inclusion.� Please provide any questions or concerns by 2:00 PM EST,��August 31,�2021, through the ProjNet, as outlined in the solicitation. *************************************************** Amendment 0003 is issued to:� Revise Section 00 21 16 Revise the Proposal Due Date to August 30, 2021 *************************************************** Amendment 0002 is issued to: Revise the proposal due date to August 25, 2021 and to revise the number of copies required. *************************************************** Amendment 0001 is issued�to: Revised the proposal due date from August 2, 2021 to August 16, 2021 Revise the RFIs process for the Stagger One and Stagger Two Submissions as stated in 00 21 00, Instruction to Offerors, Paragraph 1.8, Note 3 Post the Pre-Proposal Presentation, Meeting Minutes, Pre-proposal Attendees List and Site Visit Attendees List *************************************************** Updated Availability of Geotech Core Viewing� ******************************************************* The US Army Corps of Engineers, Detroit District intends on solicitating the construction of the New Soo Locks, New Third Lock Construction Contract. This contract will contain a base bid item and seven optional contract line items (CLINS). The major components of the base include mobilization, batch plant set-up, cofferdam construction, relocations, care and diversion of water necessary to get the area to a dewatered state; construction of a New Power Plant Bridge; construction of� a new shaft, Shaft 6; installation of Struts to stabilize the existing Lock walls; demolition of the existing Sabin Lock;� excavation of rock and placement of a mud mat; construction of the Wide Wall Monoliths; fabrication and installation of the Upstream Ship Arrestors;� fabricate, deliver, and install metals including miter gates and culvert valves; construction of phase one of the New Pump Well (including the demolition of the existing Davis Lock floor, rock excavation, , and construction of concrete structure to the operating floor).� Option 1 includes the construction of the majority of Chamber Wall Monoliths, including the installation of embedded and post installed metals.� Option 2 include the completion of the New Pump Well, including installation of all equipment, construction of the operating building, and rehabilitation of existing Davis and Poe pump wells. Option 3 includes the installation of air, steam, power, and hydraulic piping; commissioning and testing the miter gates, culvert valves, and Upstream Ship Arrestors; finalizing the site work; constructing the Lock Floor; and removal of the coffer cells.� Option 4 includes installing solider pile and lagging, tie-back system, concrete cap, electrical infrastructure and bollards on the Downstream Approach Wall and East Center Pier.�� Option 5 is the installation of the Hands-Free Mooring system consisting of total of seven units on the North and South Walls including� installation of dynamic units, cabling, equipment, associated software.� Option 6 is the fabrication, installation, testing and commissioning of the� Downstream Ship Arrestors. Option 7 includes excavation of rock and construction of a hybrid wall for the Alligator�s Mouth expansion of the mooring area. The anticipated duration for the base is 1642 calendar days after the notice to proceed, an additional 365 calendar days will be provided if Option 1 is exercised and an additional 365 days will be provided if Option 3 is exercised. The Government intends to exercise all options. Options 4, 5, 6, and 7 are the last options to be exercised, and may be exercised as late as 1287 calendar days after the notice to proceed. The Government intends on specifying the following as brand names or brand name or equal: Cavotec�s Hand Free Mooring System; Pelco�s Cameras and Workstations; Rockwell Automation; Schweitzer Engineering Lab�s Relays, Transmissions and Controllers; Software House�s Identive Reader and iSTAR Controller & Accessories; and Russellstoll�s Receptacles. Magnitude of the proposed construction project is over $500,000,000 Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of�appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment�may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such�availability, to be confirmed in writing by the Contracting Officer. �Due to the sensitivity of this project, all Solicitation materials will be provided via a secure site by the Government only to offerors that have been vetted and approved via the procedures described below. To receive solicitation documents, potential offerors must be certified in the Joint Certification Program (JCP) run by DLIS. Information on this certification program is available at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/FAQ/ Potential offerors are encouraged to begin the registration process as early as possible as it may take 6-8 weeks for new registrants to be certified. Please submit your active JCP certification (DD 2345) along with an email address that will be receiving the files to Sandra M. Kenzie at Sandra.M.Kenzie@usace.army.mil and LRE-Proposal@usace.army.mil.� Upon receipt and verification of the DD2345,�the documents�will be sent thru the DoD SAFE site, with a notification sent to the email provided. A pre-proposal conference will be held on July 13, 2021 at 1:00 PM ET at Lake Superior State University; an organized site visit will be held on July 14, 2021 at 8:00 at the project location, and Geotechnical Core Viewing will occur from 13�July 2021 to July 27, 2021 between 8:00 AM to 4:00 PM ET. Additional details of these events along with any restrictions are included in the solicitation. As described below, registration for the site visit and the pre-proposal conference�must be made with Esther Proulx at Esther.L.Proulx@usace.army.mil �no later than 5:00 PM on July 8, 2021. Registration for the geotechnical core viewing must be made with Esther Proulx at Esther.L.Proulx@usace.army.mil �no later than July 27, 2021. Only registered persons will be permitted to participate. PRE-PROPOSAL CONFERENCE REGISTRATION: Submit (1) all planned attendees full name(s), (2) Company Name, (3) CAGE and/or Unique Entity Identifier number, (4) primary point-of-contact�s (a) name, (b) position title, (c) telephone number, and (d) email address. If you are unable to physically attend, you can remotely attend the pre-proposal conference. ORGANIZED SITE VISIT REGISTRATION: Individuals interested in attending the site visit must submit (1) all planned attendees full name(s),(2) Company Name, (3) CAGE and/or Unique Entity Identifier number, (4) primary point-of-contact�s (a) name, (b)position title, (c) telephone number, and (d) email address. GEOTECH CORE REGISTRATION: Please provide (1) Company Name, (2) CAGE and/or Unique Entity Identifier number, (3) primary point-of-contact�s (a) name, (b) position title, (c) telephone number, and (d) email address.�. Due to space and time limitations, viewing of the cores will be limited to no more than 2 contractor representatives for 30 minutes, no exceptions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f61394392b1a4ea496beeb98664e9c31/view)
 
Place of Performance
Address: Sault Sainte Marie, MI 49783, USA
Zip Code: 49783
Country: USA
 
Record
SN06156714-F 20211015/211013230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.