WAUKEGAN HARBOR BREAKWATER REPAIRS, WAUKEGAN, LAKE COUNTY, ILLINOIS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
August 25, 2020 (2:10 p.m. CDT): THIS IS AN UPDATE TO THIS SOLICITATION - Amendment No. 0001 had been added to the Attachment Section hereunder. -Ericka Hillard, Contract Specialist, Chicago District-USACE
Under this Solicitation Notice, the United States Army Corps of Engineers - Chicago District issues Solicitation No. W912P620B0003 for bidding purposes. Therefore, provided hereunder is the relevant bid package for the construction project entitled, “Waukegan Harbor Breakwater Repairs, Waukegan, Lake County, Illinois."
PROJECT INFORMATION: Under the contract, the contractor will be required to repair the existing North Breakwater to restore the structures to original design elevations and slopes in order to maintain safe passage for vessels entering and exiting the harbor. Repair work would consist of concrete repairs and resurfacing of the existing concrete and timber crib breakwater structure. Steel armor plates may be utilized in the concrete repairs. Work will also include the installation of steel access ladders at entrance channel piers.
CONTRACTING OFFICE: USACE Chicago District, 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604
ACQUISITION INFORMATION: Competition for this acquisition is RESTRICTED TO HUBZONE SMALL BUSINESSES CONCERNS.
The North American Industry System Classification Code is 237990, with a small business size standard in dollars of $39.5 Million. The magnitude of cost for construction is estimated between $1,000,000.00 and $5,000,000.00.
The Solicitation (Invitation for Bids –“IFB”) is downloadable from this INTERNET SITE ONLY. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader.
Responses to this Solicitation (Invitations for Bids) are due by 3:00 p.m. CDT on September 9, 2020.
IN THE CASE OF A DISCREPANCY BETWEEN THE DATES PUBLISHED IN THIS NOTICE AND THOSE CALLED OUT IN THE IFB DOCUMENT, THE DATES IN THE IFB DOCUMENT OVERRIDES THOSE PUBLISHED HEREIN THIS NOTICE; THIS IS RELATIVE TO THE IFB ISSUANCE DATE AND THE DUE DATE FOR BIDS.
IMPORTANT POLICY: Bidders are REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements. Registration can be completed free of charge at www.sam.gov.
Request for solicitation packages made by telephone, fax or e-mail will not be honored. The Point of Contact for this acquisition is Ms. Ericka Hillard at (312) 846-5378, or via email: ericka.d.hillard@usace.army.mil.
** Please include Solicitation Number W912P620B0003 on all correspondence. **