Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2003 FBO #0497
SOLICITATION NOTICE

Y -- Construction of Olmsted Dam, Olmsted, Illinois

Notice Date
4/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Louisville - Civil Works, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
DACW27-03-R-0003
 
Archive Date
8/30/2003
 
Point of Contact
Denise Bush, (502) 315-6209
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville - Civil Works
(denise.a.bush@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Olmsted Dam consists of five trainter gate bays, with hydraulic operated tainter gates, a 1400' navigable pass, two boat abutments, four isolation joints, founded on pipe piles, and placement of scour protection. The Dam is being built using the in-t he-wet construction techniques. The Contractor will perform foundation grading, install sheet pile cut-off-walls, drive pipe piling, place scour protection, fabricate the concrete shells, lift and set the shells on the pre-driven pile foundation using tre mie concrete to structurally connect the system. Additonal work shall include the fabrication and installation of the tainter gates, miscellaneous mechanical and electrical (including controls). Specialty floating equipment will be required to perform th e in-the-wet construction. Conceptual drawings are privided for a 2,800 ton catamaran, a screeding barge, floating batchplant, vibro-compaction and scour protection placement barge. To meet tolerances the Contractor is required to use frames or templates for driving sheet piling and the pipe tiles. The lifting frames have been partially designed and the Government's A/E will complete the design once the construction method is finalized. The Contractor may select either the project sit as shown on the do cuments or use a remote casting facility for fabrication of the pre-cast elements. The Contractor may choose to use an alternate facility for some or all of the pre-cast elements. The risk and potential impact to the schedule will be evaluated. This wil l be a cost reimbursable award fee contract. The contractor must have an approved accounting system prior to award. This will be an evaluated proposal. Evaluation criteria will be identified in the solicitation. Solicitation documents will be available on or about May 2, 2003. Proposals will be due on or about July 1, 2003. The project will be avalable on compact disk and web only. To request the CD for this project and to register as a plan holder go to Intern et site http://www.LRL.usace.army.mil and click on Solicitaton/EBS. Amendments will be available through download only. This announcement serves as the advance notice for this project. This is an unrestricted procurement. NAICS for the procurement is 2 34990, $28.5 million.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - Civil Works 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00299732-W 20030411/030409213755 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.