LD7 Rock IDIQ (№9123816)

18 jul

Number: 9123816

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


18-07-2018

Description


LD7 Rock IDIQSolicitation Number: W912ES18T0074
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, St. Paul

Solicitation Number: W912ES18T0074

Notice Type: Award

Contract Award Date: July 17, 2018

Contract Award Number: W912ES18D0004

Contract Award Dollar Amount: 415032.75

Contractor Awarded Name: THE KRAEMER COMPANY

Synopsis: Added: Jun 25, 2018 11:17 am The Contractor shall provide all plant labor and material necessary to furnish and deliver riprap to Lock and Dam 7 located on the right bank (when looking downstream) of the Upper Mississippi River approximately 3 miles upstream of La Crescent, Minnesota.

Riprap material shall be durable quarried stone of suitable quality to ensure permanence in the Upper Mississippi River environment. Stone shall be free from cracks, seams and other defects that would unduly increase its deterioration from natural causes. A crack is considered to be detrimental if it is more than four (4) mils wide and is continuous for one-third the dimension of at least two sides of
the stone.


Specific Gravity. All Stone shall have a specific gravity of not less than 2.55 and not more than 2.75.


Riprap Shape. Neither the breadth nor thickness of any individual stone shall be less than one-third its
length.


The Contracting Officer will notify the Contractor 15 calendar days in advance of when delivery is to commence by issuing a Delivery Order to the Contractor. The Delivery Order will state the quantity of rock to be delivered. The Contractor shall provide the riprap gradation submittals for approval no later than 7 calendar days prior to delivery of materials to the specified delivery location. It is anticipated that commencement of delivery will occur between the dates of 4 September and 1 December 2018. Delivery shall commence no later than 15 calendar days following issuance of the Delivery Order and shall continue on consecutive work days (Monday through Thursday) until completed, unless directed otherwise by the Contracting Officer.


Delivery of riprap by the Contractor shall include placing material directly from the delivery trucks into a stockpile area on site and/or loading directly from the delivery trucks onto U.S. Government-owned barges. Each barge on which riprap material is to be loaded will have a capacity of 200 tons, with a 20 foot by 85 foot holding area with 2.5 foot high side barriers, with ramps that can be used to drive the delivery trucks directly onto the barges. The barges and access ramps will be maneuvered by Government Personnel. Government personnel and equipment will stockpile material. The Contractor shall provide all other equipment and personnel needed to place the riprap directly onto the barges, except that no secondary loading or repositioning of riprap will be required after the
riprap has been dumped from the delivery trucks. The Contracting Officer will direct the Contractor where to unload riprap.


Loading Riprap. Delivery trucks used by the Contractor for loading riprap onto barges or stockpiles shall be straight tandem dump trucks with maximum 18 ton capacity; use of articulated end-dump trailers, side dump, or belly dump trailers will not be allowed.


Delivery Rate. The riprap material delivery rate will vary between 100 tons and 800 tons per day, as requested by the Contracting Officer"s Representative. The Contractor shall be required to increase or decrease the delivery rate within the above stated delivery rate range on a daily basis until the required quantity of material is met.

Added: Jun 28, 2018 12:50 pm Amendment 001 modifies paragraph 3.4 of the SOW to clarify the type of dump trucks that may be utilized to deliver the rock.

Please consult the list of

document viewers if you cannot open a file. Request for Quotes Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Request for Quotes

Posted Date: June 25, 2018



W912ES18T0074_LD7_Rock_IDIQ.pdf (1677.69 Kb) Description: W912ES18T0074

W912ES18T0074_Attachments.pdf (16575.40 Kb) Description: Attachments

Solicitation 1 Type: Solicitation

Posted Date: June 25, 2018



W912ES18T0074_LD7_Rock_IDIQ.pdf (1677.69 Kb) Description: Request for Quotes

W912ES18T0074_Attachments_Corrected.pdf (16544.41 Kb) Description: Corrected W912ES18T0074 Attachments

Amendment 1 Type: Mod/Amendment

Posted Date: June 28, 2018



W912ES18T0074_Amendment_001_LD7_Rock_IDIQ.pdf (558.52 Kb) Description: Amendment 001: Scope change



Contracting Office Address: Attn: CEMVP-CT
180 East Fifth Street
St. Paul, Minnesota 55101-1678
United States


Place of Performance: All riprap required under this contract shall be delivered to the downstream loading dock at Lock and Dam 7. Lock and Dam 7 is located on the right descending bank of the Mississippi River in Winona County, Minnesota approximately three miles upstream of La Crescent, Minnesota. Lock and Dam 7 is located on the USGS La Crescent 7.5 Minute Quadrangle. This 7.5 minute quadrangle sheet is included as Attachment 1. The center of the loading dock is further specified as the following Military Grid Reference System (MGRS) Grid Coordinate:
15T XJ 35905 58167
The Lock 7 downstream loading dock is located approximately one half mile upstream from the U.S. Interstate I-90 Mississippi River Bridge
Lacrescent, Minnesota 55947
United States


Primary Point of Contact.: Shamron J. Richardson

[email protected] Phone: 6512905415

Secondary Point of Contact: Jesse Onkka

[email protected] Phone: 6512905444