Center Hill Spillway Gate Machinery and Trunnion Pin

expired opportunity(Expired)
From: Federal Government(Federal)
W912P518B0003

Basic Details

started - 29 Sep, 2018 (about 5 years ago)

Start Date

29 Sep, 2018 (about 5 years ago)
due - 31 Aug, 2018 (about 5 years ago)

Due Date

31 Aug, 2018 (about 5 years ago)
Award

Type

Award
W912P518B0003

Identifier

W912P518B0003
Department of the Army

Customer / Agency

DEPT OF DEFENSE (710429)DEPT OF THE ARMY (133321)USACE (38203)LRD (5570)US ARMY ENGINEER DISTRICT NASHVILLE (819)

Attachments (12)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Solicitation Number:W912P518B0003Notice Type:Pre-SolicitationSynopsis:PROJECT DESCRIPTION: The Nashville District U.S. Army Corp of Engineers (USACE) anticipates a firm fixed price construction contract for replacement of spillway gate seven trunnion pin, spillway gate J-seals, and the rehab of the spillway gate machinery at Center Hill Dam. The base includes:• Mobilization and Demobilization• Performance and payment bonds• Demolition• Replacing or rehabilitating the electrical feeders and lighting• Spillway Gate control panels• Asbestos abatement work• Replacement or refurbishment of the spillway machinery brakes, gearmotors, shafts, and couplings• General reconditioning of equipment• Replacing the Trunnion Pin for Spillway Gate seven• Replacing the J-Seals and corresponding hardware for gates 1-3 and 6-8• Traffic controlAsbestos and lead paint abatement work will need to be done based on existing site conditions. Painting will also be involved on equipment and J-seal plates.Options
for this contract include the following:• Option 1: performance and payment bonds, tainter gate: lead paint removal and painting, and traffic control• Option 2: performance and payment bonds, limit switches, and traffic control• Option 3: performance and payment bonds, remote operation cabinets, and traffic control• Option 4: performance and payment bonds, pump and accessories, traffic control• Option 5: performance and payment bonds, J-Seal and hardware replacement for gate number 4, and traffic control• Option 6: performance and payment bonds, J-Seal and hardware replacement for gate number 5, and traffic control• Option 7: performance and payment bonds, metal ladders for piers 7-9, and traffic control• Option 8: performance and payment bonds, metal ladders for piers 1-3, and traffic control• Option 9: performance and payment bonds, metal ladders for piers 4-6, and traffic controlThe plans and technical specifications will be included in solicitation announcement, W912P518B0003. The solicitation is tentatively expected to be released on or around July 23, 2018. The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days after the date the Contractor receives the initial notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 812 calendar days from receipt of initial notice to proceed. This duration is inclusive of the exclusion periods described in the technical specifications related to the spillway gate machinery, trunnion pin and j-seal work because other contract requirements may be advanced during the exclusion period, such as pre-work submittals, design, shop drawings, and work associated with ladder installation. A second notice to proceed shall be issued on or near the completion of the first exclusion period (June 2019, approximately) to allow start of physical work related to those activities which cause spillway gate outages. Therefore, it shall be understood those calendar days occurring during the exclusion period will be counted towards the total contract duration in accordance with all other clauses in this contract. The contract duration will not be extended upon exercising of option(s). Exercising of option(s) is contingent upon availability of funds, and all affordable options will be exercised within 60 calendar days of contract award.NAICS CODE: 237990SBA SIZE STANDARD: 36.5 million.TYPE OF SET-ASIDE: Full and OpenFSC: Z1KADISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.A pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation.The Government has scheduled a Site Visit for this requirement. An organized site visit has been scheduled for: 07 August 2018, 09:00 AM local time (Central Time Zone)For the site visit Center Hill Power Plant is located at:270 Lancaster RoadLancaster, TN 38569Questions: Questions regarding the solicitation must be submitted to Fannie Robertson via email at Fannie.m.robertson@usace.army.mil no later than 1:00 PM, 10 August 2018, Central Time.CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $5,000,000 and $10,000,000 in accordance with DFARS 236.204.The Non-manufacturer rule applies to this procurement.NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 237990 Other Heavy Civil Engineering Construction. Size Limitation is 36.5 million.TYPE OF SET-ASIDE: This competitive procurement is an Unrestricted Requirement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract.ANTICIPATED SOLICITATION RELEASE DATE: The Government tentatively anticipates releasing the solicitation on or about 23 July 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov.SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.POINT-OF-CONTACT: The point-of-contact for this procurement is Fannie Robertson at Fannie.m.Robertson@usace.army.mil.Proposals will need to be addressed and delivered to the US Army Corps of Engineers Nashville District Office at:U.S. Army Corps of Engineers, Nashville Districtc/o Fannie Robertson110 9th Avenue South, Room A405Nashville, TN 37203This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.Place of Contract Performance: United States   

Center Hill Dam 270 Lancaster Road Lancaster, Tennessee 38569 United StatesLocation

Place Of Performance : Center Hill Dam 270 Lancaster Road

Country : United States

You may also like

Classification

237 -- Heavy and Civil Engineering Construction/237990 -- Other Heavy and Civil Engineering Construction
naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT