Lock & Dam 5 Routine Gate Maintenance

Agency: DEPT OF DEFENSE
State: Minnesota
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jan 18, 2023
Due: Apr 30, 2023
Solicitation No: W912ES23R0003
Publication URL: To access bid details, please log in.
Follow
Lock & Dam 5 Routine Gate Maintenance
Active
Contract Opportunity
Notice ID
W912ES23R0003
Related Notice
W912ES22SS0012
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST PAUL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 18, 2023 06:59 am CST
  • Original Response Date: Apr 30, 2023 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1KA - MAINTENANCE OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Minnesota City , MN 55959
    USA
Description

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. 5 Routine Gate Maintenance project.



Lock and Dam 5 is located at 12554 Highway 61, Minnesota City, MN 55959.



The scope of work includes the following:




  1. Rehabilitation of the roller gates including sandblasting and painting, replacing seals, replacing end shields, and performing a detailed inspection of all members of the gates to determine miscellaneous steel repairs required. The steel railing on the roller gate piers beneath the service bridge requires sandblasting and painting. The steel railing contains lead-based paint and abrasive blast waste must be disposed of in accordance with federal, state, and local regulations.

  2. Rehabilitation of tainter gates including sandblasting and painting, replacing seals, performing a detailed inspection of all members of the gates in accordance with the specifications, to determine miscellaneous steel repairs required, removing old staff gages on piers and replacing with Government-furnished staff gages, cleaning and painting the staff gage pointers on the tainter gates, extending grease lines from trunnion hub to bridge handrailing, and disassembling the cover over the tainter gate trunnion yoke for inspection in accordance with the specifications, and replacement of neoprene gasket as shown on the drawings.

  3. Rehabilitation of tainter gate bulkheads including sandblasting and painting, replacing seals, and lead-based paint mitigation.

  4. Rehabilitation of the roller gate bulkheads. These repairs will need to be made prior to the use of the roller gate bulkheads.

  5. Rehabilitation of bulkhead trucks including sandblasting and painting and disposal of the abrasive blast waste which contains lead-based paint in accordance with federal, state, and local regulations.

  6. Miscellaneous steel repairs of the roller gates and the roller gates and the tainter gates.

  7. Perform gate muck and debris removal as specified in the specifications.

  8. Two Optional CLINs include sandblasting and painting the roller gate bridge spans and the storage yard bridge spans. This work will include sandblasting the stair towers. These areas contain lead-based paint, and must be disposed of in accordance with federal, state, and local regulations.



In accordance with DFARS 236.204, the anticipated magnitude of this project will be between $10.0 Million and $25.0 Million.



It is anticipated that this project will be solicited in March or April of 2023. All dates are tentative and for planning purposes only.



The North American Industry Classification System (NAICS) code for this project would be 237990; Other Heavy and Civil Engineering Construction with a size standard of $39.5 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.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Mar 24, 2023[Solicitation (Original)] Lock & Dam 5 Routine Gate Maintenance
Mar 27, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
Mar 30, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
Apr 7, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
Apr 13, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
Apr 19, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
Apr 21, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
May 15, 2023[Solicitation (Updated)] Lock & Dam 5 Routine Gate Maintenance
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Event Name Business Unit Event ID Event Format Event Type Ends In Start

State Government of Minnesota

Bid Due: 6/27/2025

Event Name Business Unit Event ID Event Format Event Type Ends In Start

State Government of Minnesota

Bid Due: 6/27/2025

Event Name Business Unit Event ID Event Format Event Type Ends In Start

State Government of Minnesota

Bid Due: 6/27/2025

Event Name Business Unit Event ID Event Format Event Type Ends In Start

State Government of Minnesota

Bid Due: 6/27/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.