Tennessee Bids > Bid Detail

Pre-Solicitation Notice for W912P524R0001 Chickamauga Lock Replacement Approach Wall and Decommissioning

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159250389224210
Posted Date: Mar 28, 2024
Due Date: Apr 7, 2024
Solicitation No: W912P524R0001
Source: https://sam.gov/opp/5aa58530b0...
Follow
Pre-Solicitation Notice for W912P524R0001 Chickamauga Lock Replacement Approach Wall and Decommissioning
Active
Contract Opportunity
Notice ID
W912P524R0001
Related Notice
W912P524R0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST NASHVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 28, 2024 05:00 pm CDT
  • Original Published Date: Mar 07, 2024 04:21 pm CST
  • Updated Response Date: Apr 07, 2024 02:00 pm CDT
  • Original Response Date: Apr 07, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 22, 2024
  • Original Inactive Date: Apr 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Chattanooga , TN 37415
    USA
Description View Changes

UPDATE 28 MARCH 2024:







Pre-Proposal Site Visit remains on 8 April 2024 at 9:00 AM Eastern Time.





Participants will meet at:





TVA Chickamauga Dam, 4601 Amnicola Hwy, Chattanooga, TN 37406.





Recommend using GPS Coordinates, Latitude: 35.101019 Longitude: -85.228784





Parking will be on the South Side of the Tennessee River at the TVA Powerhouse. The service road off of Amnicola HWY (TN 58/319)





An itinerary will be given out at the beginning of the site visit. After the site visit at Chickamauga Lock, the Government and registered attendees will then travel to Watts Bar, TN which is approximately a one (1) hour drive away to see the site of where the Government Furnished Property is stored. Due to Watts Bar not having a physical address, a PDF attachment is posted on SAM.gov with maps to Watts Bar. Map coordinates for Watts Bar are 35.613046, -84.781125. Only two (2) persons from each business entity will be permitted to attend the In-Person Site Visit. Attendees will be responsible for their own transportation to and from the various sites.





POINT-OF-CONTACT: For questions and/or concerns regarding the site visit, please contact Contract Specialist, Connor Struckmeyer via email at Connor.A.Struckmeyer@usace.army.mil





*Special Instructions – All participants are required to have personal protective equipment, i.e. hard hat, safety glasses, reflective vests, and steel-toed shoes before entering the project site. Contractors who do not have these items present at the site visit may not be able to participate in the visit.





An approved site visit request form will be needed for each individual attendee. This will be the only Site Visit for this project. If you miss the scheduled event, no other arrangements will be made due to personnel and time restrictions.





** The Solicitation is expected to be released on or about 4 April 2024. The 95% Technical Plans and Specifications are uploaded with this amended Pre-Solicitation notice. Details on how to submit questions will be provided with the Solicitation.





For approved registered Pre-Proposal Site Visit attendees: You will have to request access to the Plans and Specifications via SAM.gov, and if you do not have the option to request access to the documents, please follow the instructions on SAM.gov to request the correct Role in order to request access.





If not yet registered for the Pre-Proposal Site Visit, please submit a registration form for approval. Once approved, you will need to request access to the Plans and Specifications as indicated in the above paragraph.







_________________________________________________



W912P524R0001 Synopsis:





The U.S. Army Corps of Engineers (USCAE), Nashville District (LRN), intends to issue a Request for Proposal (RFP) solicitation for a firm fixed-price (FFP) construction contract for the Chickamauga Lock Replacement Approach Wall and Decommissioning Project in Chattanooga, TN.





This is a Pre-solicitation Notice. This Notice is being issued for planning and information purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice.





PROJECT DESCRIPTION: The scope of this requirement is to construct the downstream approach walls, demolish the cofferdam structure and portions of the existing dam spillway, bring the new lock online, and decommission the existing lock located at Chickamauga Dam, which is on the Tennessee River near Chattanooga, TN. No Solicitation document exists at this time. The 95% plans and specifications will be available with the Solicitation announcement. The Solicitation is expected to be released on or around 25 March 2024. The100% plans and specifications will be available on or about 30 April 2024.





DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated price range is between $100,000,000 and $250,000,000.





NAICS CODE AND SBA SIZE STANDARD: 237990 - Other Heavy and Civil Engineering Construction; $45,000,000.





TYPE OF SET-ASIDE: None (Full and Open/Unrestricted)





ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the Solicitation. The Solicitation documents will be posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list.





The Solicitation is subject to Project Labor Agreement (PLA) requirements. Effective January 22, 2024, Final Rule (FAR Case 2022-003), implements Executive Order (E.O.) 14063, Use of PLAs for Federal Construction Projects, which requires the use of PLAs in large-scale (defined as $35 million or more) Federal construction projects within the United States. A 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 as described in 29 U.S.C. 158 (f). Further details will be provided in the Solicitation.





In accordance with FAR Provision 52.222-33, Notice of Requirement for Project Labor Agreement, which will be incorporated into the Solicitation, all Offerors are required to submit a PLA with their offer. At a minimum, the Project Labor Agreement must:





i. Bind the Offeror and Subcontractors engaged in construction on the construction project to comply with the project labor agreement;





ii. Allow the Offeror and all Subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements;





iii. Contain guarantees against strikes, lockouts, and similar job disruptions;





iv. Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement;





v. Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health.





One (1) or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.





POINT-OF-CONTACT: The Primary Contract Specialist for this Solicitation is Connor Struckmeyer, email: Connor.A.Struckmeyer@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact.





PRE-PROPOSAL SITE VISIT: There is a Pre-Proposal Site Visit expected to take place on April 8, 2024 at 9:00 am Eastern Time. Due to processing time constraints, the Government is accepting registration for the site visit during the pre-solicitation timeframe as indicated below.





U.S. Citizens: To register for the Pre-Proposal Site Visit, U.S. Citizens must fill out a U.S. Citizen Site Visit Request Form and submit to the Point-of-Contacts (POC) listed below no later than five (5) business days prior to the site visit.





Foreign Nationals (FNs): To register for the Site Visit, Foreign Nationals (FNs) shall submit a completed FN Site Visit Request Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N 550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted thirty (30) calendar days prior to the Pre-Proposal Virtual Meeting. Exceptions will be considered on a case-by-case basis but will be limited.





Both the U.S. Citizen Site Visit Request Form and the FN Site Visit Request Form are provided on SAM.gov with this notice. Only four (4) persons from each business entity will be permitted to attend the In-Person Site Visit. Any persons without an approved U.S. Citizen Site Visit Request Form or FN Site Visit Request Form will be removed from both the Site Visit.





Points-of-Contact: Please submit all site visit request forms to Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil and Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil. When you send your U.S. Citizen Site Visit Request Form or FN Site Visit Request Form, please put “W912P524R0001- (Foreign National or U.S. Citizen) Request Form- (Your Company Name)” in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 801 BROADWAY RM A604
  • NASHVILLE , TN 37203-1070
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >