Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOURCES SOUGHT

Z -- Lower Assunpink Creek Ecosystem Restoration Project, Broad Street Culvert Removal

Notice Date
9/14/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-11-ASSUNPINK
 
Archive Date
10/6/2011
 
Point of Contact
Michelle J Bertoline, Phone: 215-656-6914, Joseph T Bujnowski, Phone: 215-656-6761
 
E-Mail Address
michelle.j.bertoline@usace.army.mil, Joseph.T.Bujnowski@usace.army.mil
(michelle.j.bertoline@usace.army.mil, Joseph.T.Bujnowski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: Assunpink Creek flows through a 475 foot buried double-celled concrete culvert between South Broad Street and South Warren Street. The culvert consists of two barrels 22'wide by 9' high. The culvert consists of a concrete bottom and walls, a roof structure of 8" thick precast hollow-core concrete deck slabs, and a topping of reinforced concrete of undetermined thickness. The culvert is covered with 3' to 6' of soil. The work consists of removing the culvert entirely and constructing an open trapezoidal channel along an alignment that brings the creek away from the Capital Place One building and closer to Assunpink Drive. The new channel will be constructed with a bottom width of 30 feet with 2H: 1V side slopes that will transition to 3H: 1V on the right side and 2.5H: 1V on the left side with an 8' wide bench. The use of riprap and/or other bank stabilization methods will be necessary. A 70 linear foot concrete retaining wall will be constructed on the right bank in the vicinity of the building corner. Concrete wing walls will be constructed at the upstream face of the Warren Street Bridge. Construction of the project will require relocation of eight (8) medium and low temperature hot water and chilled water energy utility lines that lay across the top of the existing culvert. The project includes the relocation of the lines to a pipeline bridge to be constructed across the stream in the vicinity of the existing lines. The presence of PCBs above New Jersey soil cleanup criteria has been confirmed in one location in the subsurface at the project site. This contamination must be removed via excavation and disposal and the remediation confirmed via post-excavation sample and analysis by the City of Trenton. The presence of benzene above NJDEP impact-to groundwater screening levels has been confirmed in one location in the subsurface at the site. If this concentration of benzene exceeds site-specific standards, it must be removed via excavation and disposal and the remediation confirmed via post-excavation sample and analysis by the City of Trenton. Award of a firm fixed price contract is anticipated in November 2011. The completion time is 365 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237990 and the size standard is $33.5 million. Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), Woman Owned, or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their experience in similar type contracts. Contractors experience must include a minimum of three (3) projects over the last three (3) years, which required mobilization, remediation, utility relocation, care and diversion of water, earthwork, clearing and grubbing, demolition and removal of concrete and soil, excavation, riprap protection, installation of geotextile, foundation work and concrete construction, seeding, mulching, tree and riparian zone planting and restoration. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be sent to Michelle Bertoline at Michelle.J.Bertoline@usace.army.mil via email on or before September 21, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-ASSUNPINK/listing.html)
 
Record
SN02576173-W 20110916/110915000120-a56160609b54431aa7ef8fb0a64124ac (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.