W912P521R0009 - Center Hill Spillway Tainter Gate Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
W912P521R0009

Basic Details

started - 13 Aug, 2021 (about 2 years ago)

Start Date

13 Aug, 2021 (about 2 years ago)
due - 27 Aug, 2021 (about 2 years ago)

Due Date

27 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912P521R0009

Identifier

W912P521R0009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708137)DEPT OF THE ARMY (132980)USACE (38072)LRD (5554)US ARMY ENGINEER DISTRICT NASHVILLE (819)
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.

Sources Sought Notice for the Center Hill DamSpillway Tainter Gate Replacement ProjectREQUEST FOR INFORMATIONThe Government is issuing this Request for Information to determine a competitive basis for the procurement described. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only.  Only contractors capable of performing this type of work should respond to this Request for Information. RequirementThe U.S. Army Corps of Engineers (USACE), Nashville District, anticipates a requirement for Center Hill Dam Spillway Tainter Gate fabrication, installation, and replacement of the tainter and gate lifting machinery equipment including the gate lifting chains, low and high-speed gear boxes, various mounting and protection brackets, and lifting machinery base between each gate.  The estimated magnitude of this construction project is between $100,000,000 and
$250,000,000. DescriptionThe scope of this requirement includes the fabrication and installation of eight (8) new spillway gates at Center Hill Dam, removal of the existing spillway tainter gates, and replacing the lifting machinery equipment required to operate the gates. The project area is located in Lancaster, TN in Smith County. The major features of this requirement include the construction of new gates, the lifting machinery equipment required to operate the gates, and the installation itself. The earliest a gate can be decommissioned is July 1st of each year and the replacement gate must be able to hold back full lake levels by December 1st.  The lake levels can rise quickly with a large rainfall event.  To accomplish these major features, the scope will include, but not limited to, the following items:     1. Fabricate eight (8) new spillway tainter gates.     2. Remove and dispose of the existing spillway tainter gates, existing lifting equipment, and lifting equipment machinery base.    3. Work platform to install the new spillway tainter gates.    4. Replace the spillway tainter gate lifting machinery equipment, electrical features, and install new lifting gate machinery base.     5. Modify bridge to access the lifting machinery equipment for replacement.     6. Work from bridge is limited to one (1) lane closure. *Please note that this description is subject to change.The estimated performance period for this requirement is 120 months (10 years).  The anticipated NAICS code is 237990, Other Heavy and Civil Engineering, Construction with a size standard of $39.5 million.SurveyThe Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only.  Only contractors capable of performing this type of work should respond to this Request for Information.Your response to this survey is requested by 1:00 PM Central Time, August 27, 2021. Please send by email to Samantha (Dani) Harrison at Samantha.D.Harrison@usace.army.mil.  Include the title "Sources Sought – Center Hill Spillway Tainter Gate Replacement” as the subject line in email communications.  All submitted responses must be in either Microsoft Word or Adobe pdf format.  1)    Name of your firm:2)    CAGE:3)    Point of Contact, Phone number and EMAIL address:4)    Please provide responses to the following:1) List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the fabrication and installation of new tainter gates for a spillway dam, and replacement of the lifting machinery equipment to operate the tainter gates. At least one (1) of the past performance projects shall have a value of at least $25,000,000.  (a)  Project Name and Location:Contract Number (if applicable): Year Completed:Prime Contractor or Sub-Contractor:Type and percentage of work self-performed (based on contract value):Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable):Explain Differences between original and final contract price:Was the project completed on time?Number of craft trades present on the project:Was a Project Labor Agreement (PLA) used?Detailed Description of project:(b)  Project Name and Location:Contract Number (if applicable): Year Completed:Prime Contractor or Sub-Contractor:Type and percentage of work self-performed (based on contract value):Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable):Explain Differences between original and final contract price:Was the project completed on time?Number of craft trades present on the project:Was a PLA used?Detailed Description of project:(c)  Project Name and Location:Contract Number (if applicable): Year Completed:Prime Contractor or Sub-Contractor:Type and percentage of work self-performed (based on contract value):Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable):Explain Differences between original and final contract price:Was the project completed on time?Number of craft trades present on the project:Was a PLA used?Detailed Description of project:5)    Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?6)    For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting?  7)    Do you plan to subcontract to only small businesses?8)    If the answer to question 7 is “yes”, are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.) 9)     What is your bonding capacity per contract?10)     What is your aggregate bonding capacity per contract?11)     If this requirement is advertised, do you anticipate submitting a proposal?12)      In a best value, trade-off procurement what evaluation criteria would your firm view as the most advantageous to the Government in ensuring the best value to the Government is achieved.13)    USACE LRN is soliciting comments from the construction community addressing the potential use of a PLA.  Please complete the PLA questionnaire listed at the end of this survey.14)      Please provide any additional information you feel is necessary:PLA QuestionnaireA PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. § 158(f) and further explained in FAR Subpart 22.5, Use of PLAs for Federal Construction Projects.  Please provide responses to the following questions.1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.3. Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.4. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.5. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.6. Identify any additional information you believe should be considered on the use of a PLA on the referenced project.7. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.**This information is included in a Microsoft Word document attached to this listing. You may use that to answer the questions and send to Samantha (Dani) Harrison.**

Silver Point ,
 TN  38582  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Hunting Creek Spillway Replacement Project

Due: 30 Apr, 2024 (in 4 days)Agency: Louisville and Jefferson County Metropolitan Sewer District

Cheatham Dam Spillway Gate Electrical Components Replacement

Due: 31 May, 2024 (in 1 month)Agency: DEPT OF DEFENSE

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Z2KAREPAIR OR ALTERATION OF DAMS