LOCK AND DAM 5A ROUTINE GATE MAINTENANCE

From: Federal Government(Federal)
W912ES24R0002

Basic Details

started - 09 Apr, 2024 (20 days ago)

Start Date

09 Apr, 2024 (20 days ago)
due - 15 Jun, 2024 (in 1 month)

Due Date

15 Jun, 2024 (in 1 month)
Pre-Bid Notification

Type

Pre-Bid Notification
W912ES24R0002

Identifier

W912ES24R0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709600)DEPT OF THE ARMY (133201)USACE (38160)MVD (4902)W07V ENDIST ST PAUL (1154)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

The following is a Pre-Solicitation notice for an upcoming project. No further information, other than what is described below, is available at this time.The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor capable of providing all labor, material, and equipment necessary to meet the requirements for the Lock and Dam No. 5A Routine Gate Maintenance project.Lock and Dam 5A is located at W679 WI-35, Fountain City, WI 54629-7214.The scope of work shall include the following: The Contractor shall mobilize to the site which is located in Fountain City, Wisconsin and repaint/repair the dam roller gates. There are also options for rehabilitation of the bulkhead trucks, rehabilitation of the tainter gate bulkheads, and roller gate cathodic protection. This work will have to be accomplished using a marine plant. Work includes cleaning the gates, removing the existing paint to bare metal, containing, and disposing of the debris generated through paint
removal, repainting all steel surfaces, testing, removing the existing rubber seals, replacing the existing rubber gate seals with new rubber seals, inspecting the gates, providing an inspection report, and performing miscellaneous steel repairs.It is anticipated that this project will be solicited in late May or early June of 2024. All dates are tentative and for planning purposes only. The North American Industry Classification System (NAICS) code for this project will be 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million.The resulting contract shall be a Firm, Fixed-Price contract.The solicitation shall be a Total Small Business set-aside. The solicitation will be a request for proposal (RFP) and will be evaluated as Lowest Price Technically Acceptable (LPTA).This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the RFP.No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website.In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.As required by 15 U.S.C. 644(w), the Corps of Engineers’ policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.

Fountain City ,
 WI  54629  USALocation

Place Of Performance : N/A

Country : United StatesState : WisconsinCity : Fountain City

Office Address : KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500 SAINT PAUL , MN 55101-1323 USA

Country : United StatesState : MinnesotaCity : Saint Paul

You may also like

Q2382 - Overhead Door & Mechanical Gate Maintenance and Repair

Due: 01 Mar, 2025 (in 10 months)Agency: DH Pace

ANNUAL GATE MAINTENANCE

Due: 15 Nov, 2025 (in 18 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Z1KAMAINTENANCE OF DAMS