Search Contract Opportunities

New Soo Lock, New Third Lock   4

ID: W911XK21R0001 • Type: Presolicitation
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

Posted: Oct. 4, 2021, 6:37 p.m. EDT

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.

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; 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 acquisition. No contract will be made until appropriated funds are made available.

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.

Potential offerors must submit the following prior to being able to receive solicitation materials:

(1) Potential offerors must submit a letter certifying that their company is owned by US citizens, and that all personnel are US Citizens; and

(2) Potential offerors must verify that their company is currently 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 letter certifying that their company is owned by US citizens, and that all personnel are US Citizens verification of your JCP certification (DD 2345) to Sandra M. Kenzie at Sandra.M.Kenzie@usace.army.mil and LRE-Proposal@usace.army.mil

Pre-proposal Conference, Organized Site Visit and Geotechnical Core Viewing

A pre-proposal conference is tentatively scheduled for July 13, 2021 at 1:00 PM ET at Lake Superior State University; an organized site visit is tentatively scheduled for July 14, 2021 at 8:00 at the project location, and Geotechnical Core Viewing is tentatively scheduled to occur between 8:00 AM to 11:30 AM ET on July 13, 2021 and between 1:00 PM to 5:00 PM ET on July 14, 2021. Details of these events along with any restrictions will be included in the soliciation. Registration for these events must be made with Esther Proulx at Esther.L.Proulx@usace.army.mil no later than 5:00 PM on July 8, 2021. Only registered persons will be permitted to attend.

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 limitations, no more than 2 contractor representatives will be permitted to attend, no exceptions.

Posted: June 21, 2021, 6:00 p.m. EDT
Posted: June 20, 2021, 4:56 p.m. EDT
Posted: June 14, 2021, 5:35 p.m. EDT

Overview

Response Deadline
None
Posted
June 14, 2021, 5:35 p.m. EDT (updated: Oct. 4, 2021, 6:37 p.m. EDT)
Set Aside
None
Place of Performance
Sault Sainte Marie, MI 49783 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
90%
On 6/14/21 USACE Detroit District issued Presolicitation W911XK21R0001 for New Soo Lock, New Third Lock. The opportunity was issued full & open with NAICS 237990 and PSC Y1KA.
Primary Contact
Name
Sandra Kenzie   Profile
Phone
(313) 226-6819

Secondary Contact

Name
Travis.J.Specht@usace.army.mil   Profile
Phone
None

Documents

Posted documents for Presolicitation W911XK21R0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W911XK21R0001

Award Notifications

Agency published notification of awards for Presolicitation W911XK21R0001

Contract Awards

Prime contracts awarded through Presolicitation W911XK21R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911XK21R0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911XK21R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > W072 ENDIST DETROIT
FPDS Organization Code
2100-W911XK
Source Organization Code
500043193
Last Updated
Feb. 28, 2022
Last Updated By
sandra.m.kenzie@usace.army.mil
Archive Date
Feb. 28, 2022