Search Contract Opportunities

Hydraulic System Replacement, Pike Island Locks and Dam   3

ID: W911WN23B8005 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Army Corps of Engineers, Pittsburgh District, intends to procure a construction contract that involves the replacement of the central hydraulic system for the Main and Auxiliary Lock Chambers at Pike Island Locks and Dam, Ohio County, West Virginia. The contract will include a new four-corner hydraulic system for each lock chamber consisting of Hydraulic Power Units (HPUs) for the miter gates and culvert filling/emptying valves. The new HPUs shall be located in new precast buildings at the following three (3) locations:

  1. Two (2) HPUs on the river wall; one upstream and one downstream for operation of the Main Chamber culvert valves and miter gates.
  2. Two (2) HPUs on the middle wall; one upstream and one downstream for operation of Main Chamber culvert valves and miter gates. In addition, the two HPUs on the middle wall are for operation of the Auxiliary Chamber miter gates. The modified four-corner system reduces the number of HPUs on the middle wall from four to two.
  3. Two (2) HPUs on the land wall; one upstream and one downstream for operation of the Auxiliary Chamber culvert valves and miter gates.

The requirement specifically includes:

  1. Installation of new power, control, and fiber optic cables for the six (6) HPUs. Includes modifying the existing control stations in each control shelter for the addition of the new HPUs and miter gate controls. Includes installation of a new operator control station in the middle wall Operations Building.
  2. Furnishing and installation of six (6) HPUs, stainless steel hydraulic piping, and hydraulic oil.
  3. Furnishing and installation of six (6) precast buildings which includes raised concrete pads, power distribution equipment, associated electronics and hardware, and new utility trench covers in various areas of the lock.
  4. Furnishing and installation of new Motor Control Center (MCC) distribution equipment.
  5. Demolition and disposal of existing central hydraulic system located in the middle wall Operations Building. This includes all motors, pumps, reservoir, filters, associated piping, and proper disposal of hydraulic oil.
  6. Demolition and removal of all existing central hydraulic oil lines on the river, middle, and land walls. This includes all lines for pressure and return to each miter gate and culvert valve cylinder.

Removal and proper disposal of hydraulic oil and components will be required. Removal and proper disposal of electrical equipment will be required. Ferrous and all other construction waste material will be disposed of at commercially permitted facilities licensed to accept waste or recyclable materials as applicable.

Construction work will occur in close proximity to waterway traffic and operating lock and dam gates. The existing lock chambers and dams are currently operated and staffed by Government personnel 24 hours a day 365 days of the year.

Lock closures for installation and testing of new equipment will be required to be minimal and at the approval of Government.

The work shall be completed within 730 calendar days after written Notice to Proceed.

In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $5,000,000.00 to $10,000,000.00.

The solicitation number is W911WN23B8005 and will be issued as an Invitation for Bid (IFB), 100% Small Business Set-Aside. The IFB will result in the award of a single firm fixed price (FFP) contract. The North American Industrial Classification System (NAICS) Code for this procurement is 237990 Other Heavy and Civil Engineering Construction , with a small business size standard is $39.5 Million

All *responsible offerors are encouraged to participate. The IFB will be issued on or about 10 November 2022, online through Procurement Integrated Enterprise Environment (PIEE) which posts the opportunity to SAM.gov; therefore, requests for hardcopies of the solicitation package will not be honored.

*Responsible means a contractor that meets the standards in FAR 9.104 - available at https://www.acquisition.gov

In order to submit a Bid on this project, your company must

  1. Be registered in System for Award Management (SAM) and maintain an active registration status.
  2. Be registered in the Procurement Integrated Enterprise Environment (PIEE) for the Solicitation Module with the PROPOSAL MANAGER role.

System for Award Management (SAM) Registration

Registering in SAM.gov includes both entity validation and entity registration.

To register in SAM:

a. Navigate to SAM.gov

b. Select Sign-In (top right)

c. Select Create an Account then Follow the Instructions.

d. After Account is Set-up, Select Sign In.

e. Under the Entity Management widget, Select Get Started button.

f. Select Register Entity. As part of entity registration, a Unique Entity ID will be assigned.

For Additional Information on SAM:

To Register Your Entity (company) or check Your Registration status, please visit https:/www.fsd.gov/gsafsd_sp?id=gsa_index. Under the heading of Learn How to Register Your Entity , you will find the following,

Get Started with Your Registration

Check Registration Status ACTIVE, INACTIVE, PENDING

Update Your Registration

Become an Entity Administrator

Validate Your Entity

*Access User Guides

*By selecting this option, you can obtain a Quick Start Guide for Contract Registrations.

Also, on this site, in the search block, you can perform key words searches such as User Guides - FAQs, Videos, and Definitions.

PLEASE NOTE

It is mandatory that all companies be registered in SAM in order to receive federal contracts. There is no charge to register or maintain your company (entity) registration.

Login.gov manages usernames and passwords for SAM.gov.

*Important* Registration Information

Registration can take at least ten (10) business days to be active in SAM.gov.

Registration must be in active status upon offer submission and remain active during award period.

Registration must be renewed every 365 days to remain active.

The Federal Service Desk (FSD) for SAM questions, may be contacted.

Phone Number: 866-606-8220

Hours of Operation: Monday-Friday 8 a.m. to 8 p.m. ET

Procurement Integrated Enterprise Environment (PIEE) Solicitation Module Registration

To register for PIEE follow the below instructions.

Register in PIEE:

a. Navigate to https://piee.eb.mil/

b. Select Register [top right]

c. Select Vendor

d. Create a User ID and Password and follow the prompts [next]

e. Create Security Questions [next]

f. Complete your User Profile Information [next]

g. Complete your Supervisor or Approving Official Information [next]

h. Complete Roles

i. Step 1. Select SOL-Solicitation

ii. Step 2. Select Proposal Manager

iii. Step 3. Click Add Roles

iv. Step 4. Fill in your Location Code (CAGE Code) [next]

i. Provide a justification for your registration [next]

j. Follow the remaining prompts to submit your registration

The Electronic Business Service Desk for PIEE questions, may be contacted.

Phone Number: 866-618-5988

Hours of Operation: Monday-Friday 06:30 - 24:00 EST

Email: disa.global.servicedesk.mbx.eb-ticket-requests@mail.mil

If you would like to learn about doing business with USACE, please visit

https://www.usace.army.mil/Business-With-Us/

Overview

Response Deadline
None
Posted
Oct. 27, 2022, 3:31 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Wheeling, WV 26003 USA
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Odds of Award
86%
On 10/27/22 USACE Pittsburgh District issued Presolicitation W911WN23B8005 for Hydraulic System Replacement, Pike Island Locks and Dam. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Z2KA.
Primary Contact
Name
MICHAEL BOYD   Profile
Phone
None

Secondary Contact

Name
Janie Roney   Profile
Phone
(412) 395-7474

Documents

Posted documents for Presolicitation W911WN23B8005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W911WN23B8005

Award Notifications

Agency published notification of awards for Presolicitation W911WN23B8005

Contract Awards

Prime contracts awarded through Presolicitation W911WN23B8005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911WN23B8005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911WN23B8005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT PITTSBURG
FPDS Organization Code
2100-W911WN
Source Organization Code
100221359
Last Updated
Dec. 27, 2022
Last Updated By
michael.w.boyd@usace.army.mil
Archive Date
Dec. 27, 2022