Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOURCES SOUGHT

Y -- Construction of a walled channel consisting of 54 diameter drilled piers in Turkey Creek

Notice Date
9/8/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-B-1025
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Michael David Dixon Jr., 816-389-3577
 
E-Mail Address
US Army Engineer District, Kansas City
(michael.d.dixon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE; a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted in regards to this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers - Kansas City District has been tasked to construct a walled channel consisting of 54 inch diameter drilled piers in Turkey Creek. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a) concerns, Historically Underutilized Business Zone (HUB-Zone) concerns, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns to compete and perform a Firm-Fixed-Price (FFP) Construction Contract. The procurement will result in the award of a firm-fixed price construction contract. The associated North American Industry Classification System (NAICS) code is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $33,500,000.00. This project will have a magnitude between $10,000,000.00 and $25,000,000.00. Scope of Work This project will require the contractor to work within the confines of Turkey Creek while constructing a 90 wide channel and wall consisting of 48 inch to 54 inch diameter drilled shafts into rock, T-walls keyed into rock, shotcrete fascia, and drainage structures entering channel. The alignment is a very tight alignment and access is restricted due to nearby structures, high traffic area, and right of way restrictions. Most of the construction must take place in the channel with diverted channel flow. The shafts, with a tip elevation approximately 10-feet below the water table must be constructed with high quality for performance and within a short construction span to accommodate channel flow. Space between the shaft tangents is being designed at 6-inches to 24-inches apart. Shafts for this project will be drilled into rock an approximate depth of 10. Top of rock is typically between 10 to 20 feet below existing ground surface. Contractor must demonstrate ability to perform channel work, monitor weather forecasts, and evacuate channel of personnel and equipment in an emergency weather event. Careful excavation of limestone adjacent to drilled shafts will be required. Interested contractors shall show that they meet requirements of ACI MCP requirements for drilled shafts. Specifically ACI 336.1 1.7.2 shall be met, which states the Contractor shall provide a site supervisor and drillers, each with a minimum of 3 years of experience in installing 'similar types of drilled piers'; and construction tolerances presented by ACI 336.1 Section 3. 'Similar types of drilled piers' include all of the following descriptions: A. Augering and Drilling of shafts greater than 36 inch diameter in hard rock. B. Placing shaft concrete in a wet hole per ACI 336.1 and 336.3. C. Augering and drilling of shafts within 7' of buildings. Contractor will be required to submit pre and post inspections of all buildings to document any pre-existing and construction caused damage. Contractor will be required to monitor vibrations from augering and drilling, and alter the auger/drilling method to prevent damage to nearby structures. Interested contractors shall also show experience in careful excavation so that existing structures and drilled shafts would not be harmed. Tolerance of rock excavation is within 6 inches. Contractor will be required to analyze stability of side slopes and provide adequate shoring or other means to stabilize slopes during construction of 20' tall T-walls. Shoring must adequately handle surcharges from nearby buildings, rail and roadways. Contractor shall show he has a minimum of 3 years experience in construction of rock-founded T-walls, including careful excavation of hard rock such that damage to adjacent rock is negligible. Contractor shall show that he can provide shotcrete personnel with minimum 3 years experience in placing vertical shotcrete approx 12 inch thick with double mat reinforcement, and vertical and horizontal contraction and expansion joints. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than 16 September 2009 by 10:00 (CST). The response to this notice shall be in summary format and shall not exceed thirty (30) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1. Company name; 2. Company mailing address; 3. Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4. Companys current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, and/or 8(a)) as it relates to (NAICS) Code 237310; 5. A capabilities statement of your firms capacity to meet this requirement to include any similar projects performed over the last three (3) years. 6. Companys aggregate and single project bonding capacity; 7. A listing of the companys equipment that will be used to execute this work. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. Per the direction of FAR 4.5 Electronic Commerce in Contracting, the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to michael.d.dixon@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-B-1025/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN01945308-W 20090910/090909084346-5acb1c91f704b7c1b9e9eb4ee6d11e2f (fbodaily.com)
 
Source
FedBizOpps 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.