Paving and Drainage Improvements at Eisenhower Lock
ID: 6923G524Q1362Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFGREAT LAKES ST LAWRENCE SEAWAY DEVELOPMENT CORPORATION6923G5 GREAT LAKES ST LAWRENCE SWY DEV CORPMASSENA, NY, 13662, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Great Lakes St. Lawrence Seaway Development Corporation is soliciting proposals for paving and drainage improvements at the Eisenhower Lock in Massena, New York. This project, set as a 100% Small Disadvantaged Business Set-aside, aims to enhance operational efficiency by replacing deteriorated parking areas and access roads, as well as improving drainage structures. The anticipated contract value is between $500,000 and $1,000,000, with bids due by October 25, 2024, and a site visit scheduled for October 9, 2024. Interested contractors must register in the System for Award Management (SAM) and submit required performance and payment bonds within ten days of contract award. For further inquiries, contact Chora Snyder or Danit Johnson at purchasing@dot.gov.

    Point(s) of Contact
    Chora Snyder
    purchasing@dot.gov
    Danit Johnson
    purchasing@dot.gov
    Files
    Title
    Posted
    The Great Lakes St. Lawrence Seaway Development Corporation has issued a Request for Proposal (RFP) for construction services related to paving and drainage improvements at Eisenhower Lock in Massena, NY. This project is set as a 100% Small Disadvantaged Business Set-aside, with a budget between $500,000 and $1,000,000, as defined by the NAICS Code: 238990. Bid submissions are due by October 25, 2024, with a site visit scheduled for October 9, 2024. Contractors must begin work within 10 days of receiving the notice to proceed and complete it within 90 days. Required documents include performance and payment bonds within ten days of contract award. The solicitation emphasizes strict adherence to federal regulations, including the need for contractors to register in the System for Award Management (SAM) and comply with affirmative action and labor standards. Key clauses from the Federal Acquisition Regulation (FAR) are incorporated, detailing requirements for contractor conduct, obligations regarding wage rates, and compliance with safety standards. The anticipated award date for the contract is November 11, 2024, reinforcing the government’s commitment to transparency and accountability in its procurement processes while supporting small businesses within the industry.
    The Great Lakes St. Lawrence Seaway Development Corporation (GLS) is initiating a project for paving and drainage improvements at the Eisenhower Lock in Massena, New York. The project aims to replace deteriorated parking areas and access roads adjacent to the new Visitors Center and improve drainage structures. Specific tasks include removing existing pavement, installing new pavement and drainage systems, constructing a concrete slab, and installing fencing compatible with existing structures. The contractor will manage the excavation, grading, and utility installations, ensuring proper drainage and safety compliance according to federal regulations. The scheduled period of performance for the project is approximately 90 days, anticipated to begin around April 1, 2025. The overall goal is to enhance operational efficiency and safety in the area while supporting economic development in the Great Lakes region.
    This document outlines a Request for Proposals (RFP) for a construction project requiring various services. The primary objective is to mobilize and demobilize for paving work across multiple designated areas, including a Visitors Center, Stop Log Storage Area, Emergency Generator site, and Overlook Access Road. The scope includes the installation of a concrete slab, drainage swale, storm piping and catch basins, as well as electrical conduits and manholes. Additionally, the project entails the installation of fencing and gates. Each task necessitates the provision of all necessary labor, equipment, materials, and supervision by the contractor, as specified in the Performance Work Statement (PWS). The document also includes a section for unit price and total cost estimation. Overall, this RFP serves to solicit proposals from companies capable of executing these construction services while ensuring compliance with relevant regulations.
    The document outlines specifications and details for the construction and security measures at the Eisenhower Lock's Visitor Center and Security Building. It features various components including a typical commercial picket fence and gate designs, emphasizing the importance of using materials such as 6005-T5 alloy. The document provides precise measurements for elements such as gate posts and spacing between pickets while detailing the installation specifications for gates that should align with the GLS standard system's detention loops. Additionally, it highlights crucial environmental considerations, specifically addressing waste disposal directives to prevent contamination of water bodies. Overall, this document serves as a technical framework aimed at guiding future contractors involved in the construction and security enhancement of federal facilities, ensuring compliance with safety and environmental standards while facilitating operational security at the site. The focus on both structural detail and ecological responsibility reflects the federal government's commitment to modernizing infrastructure within regulatory parameters.
    This government file outlines specifications for various construction work, focusing on earthwork, gravel and crushed stone base preparation, asphalt paving, cast-in-place concrete, and decorative metal fences and gates installation. It details processes for excavation, grading, and compaction, emphasizing contractor responsibilities for compliance, quality assurance, and site safety. Key elements include proper soil preparation, moisture control, material specifications, and testing protocols to ensure structural integrity. Additionally, the document includes requirements for aluminum fencing, emphasizing product quality, performance standards, and installation procedures. Key considerations include preinstallation meetings, submittals for materials, and adherence to relevant codes and standards. This comprehensive guideline aims to streamline construction practices while safeguarding public and environmental interests in accordance with federal and state procurement mandates.
    This document outlines the wage determination information following the Davis-Bacon Act for heavy and highway construction projects in Jefferson, Lewis, and St. Lawrence Counties, New York. It indicates wage rates applicable to contracts, detailing minimum pay requirements based on recent Executive Orders (EO 14026 and EO 13658) effective from specified dates in 2022. Moreover, it serves as a guideline for wage rates for various construction specialties, including laborers, electricians, and plumbers. Each classification specifies hourly wages and fringe benefits, with provisions for paid holidays. The document emphasizes that contractors must adhere to determined wage rates and submit conformance requests for additional classifications not included in the wage determination. Additionally, workers covered under these contracts are entitled to paid sick leave as per EO 13706, which mandates one hour of paid sick leave for every 30 hours worked. Lastly, it delineates the process for appealing wage determination decisions through the U.S. Department of Labor, ensuring compliance and upholding labor standards in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Eisenhower and Snell Lock Shotcrete Repair
    Active
    Transportation, Department Of
    The Great Lakes St. Lawrence Seaway Development Corporation, part of the Department of Transportation, is soliciting proposals for shotcrete repair work at the Eisenhower and Snell Locks located in Massena, New York. The project involves concrete rehabilitation, including the demolition of damaged concrete, installation of steel reinforcements, and application of shotcrete, all to be completed within a firm fixed price contract framework. This opportunity is set aside for small businesses under NAICS Code 238110, with an estimated contract value between $1 million and $5 million, emphasizing the importance of maintaining critical infrastructure. Interested contractors must submit their offers by October 25, 2024, and direct any inquiries to purchasing@dot.gov by October 11, 2024, with the anticipated award date set for November 11, 2024.
    "Grasse River" (Gatelifter) Development
    Active
    Transportation, Department Of
    The Great Lakes St. Lawrence Seaway Development Corporation is soliciting proposals for the "Grasse River" (Gatelifter) Development project, a comprehensive assessment and improvement initiative for the aging vessel. The contractor will be responsible for evaluating the vessel while afloat, preparing designs, specifications, and detailed cost estimates for necessary upgrades to extend its operational life by 10-20 years. This project is critical for maintaining the efficiency and safety of lock operations, ensuring compliance with federal standards. Interested small businesses must submit their offers by September 24, 2024, with a site visit scheduled for September 3, 2024, and questions due by September 10, 2024. For further inquiries, contact Chora Snyder at chora.snyder@dot.gov or 315-764-3206.
    Hilfiker Wall Repairs Project, Sault Ste. Marie, MI
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is soliciting proposals for the Hilfiker Wall Repairs Project at the Land Port of Entry in Sault Ste. Marie, MI, with an estimated contract value between $1,000,000 and $5,000,000. The project aims to address structural issues with the Hilfiker mechanically stabilized earth retaining wall, including bulging wire baskets and poor drainage, by constructing a new earth retention soil nail wall and re-sloping the concrete parking area above. This procurement is set aside for small businesses and emphasizes the use of low embodied carbon materials in compliance with the Inflation Reduction Act, requiring contractors to submit a detailed Sustainability Factor Table. Interested parties must register in SAM.gov and submit proposals by November 8, 2024, with a pre-proposal conference scheduled for October 1, 2024. For further inquiries, contact Sherri Turner at sherri.turner@gsa.gov or Rebecca Schultz at rebecca.schultz@gsa.gov.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking interested and capable businesses to construct a new 1,200 ft Lock for Lock and Dam 25, located approximately 61.5 river miles upstream from St. Louis. This procurement aims to enhance navigation and ecosystem sustainability as part of the Lock and Dam 25 project. The selected contractor will be responsible for the construction of non-building facilities, which are critical for maintaining waterway infrastructure and supporting regional commerce. Interested parties must register for the Industry Day and one-on-one sessions by June 17, 2024, and respond to the Request for Information by June 26, 2024. For further inquiries, contact Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project involves the design, fabrication, and installation of a new breakwater and wave attenuator system, responding to environmental challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges from $500,000 to $1 million, with a total small business set-aside, and bids are due by October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and to register for a mandatory site visit scheduled for August 21, 2024.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, which involves dredging and disposal of sediment from the stilling basins of the Lower Granite and Lower Monumental Dams located on the Snake River in Washington. The project aims to ensure the structural integrity of the dam facilities while enhancing environmental conditions for aquatic life, requiring contractors to adhere to strict safety measures, environmental protection protocols, and detailed reporting on underwater conditions. With an estimated project cost between $1 million and $5 million, interested contractors must submit their sealed bids by October 7, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Y--LAKE 318673; 324894; 332529 Extend Public Launch R
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction project titled "Extend Public Launch Ramp at Hemenway Harbor" in the Lake Mead National Recreation Area, Boulder City, Nevada. The project involves extending a public launch ramp, which includes excavation, grading, and the installation of precast concrete ramps, with a contract magnitude expected to exceed $10 million. This initiative is crucial for enhancing recreational access amid decreasing lake levels and environmental considerations, ensuring compliance with federal regulations and environmental protections. Interested contractors must submit sealed offers by the specified deadlines, with work expected to commence within ten days of receiving the notice to proceed and to be completed within 730 days. For further inquiries, potential bidders can contact Dayna Omiya at daynaomiya@nps.gov or by phone at 720-910-0477.
    Pavement Repair Blanket Purchase Agreement, Cape Cod Canal, Buzzards Bay, MA
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified small businesses to enter into a Blanket Purchase Agreement (BPA) for pavement repair services at various locations along the Cape Cod Canal in Buzzards Bay, Massachusetts. The scope of work includes the removal and installation of pavement, subgrade and subbase repairs, welding, replacement of pavement markings, and traffic control measures. This procurement is crucial for maintaining the infrastructure of the canal, which supports both transportation and recreational activities in the area. Interested vendors must have an active registration in SAM.gov and are encouraged to prepare for the solicitation, which will be available online around October 16, 2024, with a total BPA limit of $250,000 and individual calls not exceeding $25,000. For further inquiries, vendors can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.