Eisenhower and Snell Lock Shotcrete Repair
ID: 6923G524Q1528Type: Solicitation
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

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, 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.

    Point(s) of Contact
    Chora Snyder
    purchasing@dot.gov
    Danit Johnson
    purchasing@dot.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for construction work at the Eisenhower and Snell Locks in Massena, NY, initiated by the Great Lakes St. Lawrence Seaway Development Corporation. The project centers on shotcrete repair work and is specifically set aside for small businesses, adhering to NAICS Code 238110. The construction project's estimated value falls between $1 million to $5 million, with bids due by October 25, 2024. An important site visit will occur on October 8, 2024, while inquiries must be submitted by October 11, 2024. Contractors must begin work within 10 days of receiving the notice to proceed, completing the project within 62 days, aiming for demobilization by March 16, 2025. Compliance with various Federal Acquisition Regulation (FAR) clauses and bonding requirements is mandated, alongside adherence to labor standards and procurement policies. The document emphasizes the necessity of performance and payment bonds, detail-oriented proposals on equitable adjustments for any change orders, and regulatory compliance under the Davis-Bacon Act. Through this solicitation, the government aims to engage qualified contractors for essential infrastructure maintenance while promoting small business participation and ensuring accountability and safety in governmental contracts.
    The Performance Work Statement (PWS) outlines the requirements for concrete rehabilitation at the Eisenhower and Snell Locks, managed by the Great Lakes St. Lawrence Seaway Development Corporation (GLS). The project involves demolition of damaged concrete, installation of steel reinforcements, and shotcrete application in various culverts and areas, ensuring compliance with industry standards set by the American Concrete Institute. The work is scheduled to commence during the annual winter shutdown, starting around January 13, 2025, with completion expected by March 7, 2025. The contractor is responsible for all labor, materials, and ensuring safety, with specific conditions regarding equipment access and environmental protection. Necessary preparations include creating safe, accessible work areas and managing water influx due to surrounding conditions. The document delineates various tasks, material quality requirements, and accountability for ecosystem preservation during construction. The PWS also emphasizes the contractor’s obligation to follow mandated safety regulations and protocols, while maintaining a cooperative environment with GLS personnel throughout the project. This comprehensive approach demonstrates federal commitment to infrastructure maintenance while prioritizing safety and environmental stewardship.
    The government document outlines a Request for Proposal (RFP) related to the concrete repair and installation projects at the Eisenhower and Snell Locks. The work includes mobilization and demobilization of equipment, as well as the demolition of deteriorated concrete structures and the installation of new concrete at designated locations. Specific tasks involve the removal of concrete and debris at the Northside and Southside Filling and Emptying Culverts, as well as the Diffuser Pit, including the disposal of the materials at approved spoil areas. Additionally, steel reinforcement will be installed to support the new concrete, adhering to the contract's specifications. The document also indicates the quantities for unmanned and specific services related to these projects. The completeness of this RFP highlights the commitment to infrastructure maintenance within federal and local government projects, emphasizing structural integrity and environmental safety compliance.
    The document provides updated wage determinations for heavy and highway construction projects in Jefferson, Lewis, and St. Lawrence Counties, New York. It outlines the wage rates and fringe benefits for various trades as mandated by the Davis-Bacon Act and relevant executive orders. Key points include minimum wage requirements based on contract dates: contracts entered after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay $12.90 per hour. The document further details specific classifications and prevailing wage rates for multiple labor categories, including boilermakers, electricians, ironworkers, laborers, and truck drivers, emphasizing paid holidays and fringe benefits. Additionally, it notes guidelines for worker protections and contractor compliance under executive orders concerning sick leave and wage rates for unlisted classifications that may arise during contract performance. Overall, the document serves to inform contractors and subcontractors of their obligations regarding wages and labor standards while highlighting the intricacies of local labor market conditions within these counties.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Paving and Drainage Improvements at Eisenhower Lock
    Active
    Transportation, Department Of
    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.
    "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.
    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.
    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.
    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.
    Sources Sought/Request for Information Lock 19 Nose Pier Replacement and Bulkhead Recess
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking information from qualified contractors regarding the Lock 19 Nose Pier Replacement and Bulkhead Recess project located in Keokuk, Iowa. The primary objective is to gather insights on the availability and capabilities of potential contractors, including their business classifications, to inform the Government's acquisition strategy and determine the feasibility of a small business set-aside. This project is critical for repairing the upper nose pier of Lock 19, which involves replacing damaged structures and enhancing resilience against barge impacts, with an estimated contract value exceeding $10 million. Interested parties must submit tailored capability statements by October 25, 2024, to Allison Longeville at allison.a.johnson@usace.army.mil and Troy Robbins at troy.a.robbins@usace.army.mil, detailing their qualifications and relevant experience.
    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.
    STLI 324873 Phase II Temporary Relocation of Ferry
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations in Battery Park, New York. This construction project, set aside for qualified 8(a) small businesses, aims to facilitate the relocation of ferry operations and enhance security measures, with an estimated budget between $5 million and $10 million. The contractor will be required to adhere to federal regulations and guidelines, ensuring quality and compliance throughout the project, which is scheduled to commence on December 2, 2024, and conclude by June 30, 2025. Interested parties should submit sealed offers and may contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
    REPAIR BUOY YARD
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to undertake the repair of the buoy yard for Sector New York located in Bayonne, New Jersey. The project involves a comprehensive scope of work that includes topographic surveying, demolition of existing structures, grading, installation of new pavement, and fencing, all to be executed in two phases to ensure continued access to the facility. This repair is critical for maintaining operational readiness and safety in buoy storage and handling. The estimated contract value ranges from $1 million to $5 million, with a performance period of 325 days for the base bid. Interested vendors should contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, and must be registered in the System for Award Management (SAM) to participate in the bidding process, with bids due on or about November 19, 2024.