Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2013 FBO #4081
SOURCES SOUGHT

99 -- Construction of Fish Passage Facility

Notice Date
1/24/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-13-Z-0003-01
 
Archive Date
2/22/2013
 
Point of Contact
Whittni C. Wright, Phone: 9126525476, Jennifer L. Murphy, Phone: 912-652-6147
 
E-Mail Address
whittni.c.wright@usace.army.mil, jennifer.l.murphy@usace.army.mil
(whittni.c.wright@usace.army.mil, jennifer.l.murphy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction of Fish Passage Facility ($32 M) sources sought announcements: This same announcement is also being advertised under NAICS 236220 Sources Sought announcement number W912HN-13-Z-0003. This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government in any contract award. The US Army Corps of Engineers, Savannah District is issuing this Sources Sought announcement for the construction of a Fish Passage Facility to determine interest, availability and capability of business to perform the work as described below. The New Savannah Bluff Lock & Dam (NSBL&D) is located on the Savannah River at River Mile 187.4, approximately 13 miles downstream from the City of Augusta, Georgia. This facility is the most downstream lock and dam along the Savannah River and is authorized for the purpose of improving the commercial navigation channel between the upper limits of the Savannah Harbor and the head of navigation at Augusta, Georgia. It was constructed by the Corps and was completed in 1937. The dam structure is 360 ft long and contains five vertical spillway gates. The lock is located along the right abutment (Georgia Side) and measures approximately 56 ft wide and 360 ft long, with a maximum lift height of approximately 15 ft. The facility provides ponding upstream to support several water intakes and recreation for the City's of Augusta, GA and North Augusta, SC. The fish passage is designed to allow Shortnose sturgeon, a federally listed endangered species, as well as several other species including Atlantic sturgeon, shad and robust redhorse, access to shoals upstream of the dam where their historic spawning habitat is located. A conceptual design of the fish passage facility has been completed and is included in this project description. The fish passage would be constructed adjacent to the dam on existing high ground on the South Carolina bank of the river. Preliminary hydraulic modeling efforts estimate the structure to be approximately 250 feet wide and 2000 feet long. The work to be conducted includes access road construction, clearing and grubbing approximately 18 acres, excavation and grading of up to 300,000 cy of material, and placement of approximately 20,000 tons of bedding stone, 88,000 tons of armor stone, and 8,800 tons of tons of weir stone to construct the fish passage facility. The weir stones will require specific placement locations to provide for successful fish passage. Two existing overflow gates in the dam structure will modified. Modification of the gates will require dewatering in the immediate area of the gates. No in-water work will be allowed downstream of the dam during the period between February 1 and May 31. Care must be taken at all times to prevent interference with migrating species. Construction must be done in a manner so as not to interfere with operation of the dam and lock or damage of the existing structure. All interested firms with 237990, 236220 and any other related NAICS codes have until 07 February 2013 at 2:00pm to submit the following information: - Name & Address of your Firm - Point of Contact (name/phone/email) - DUNS - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)] The Government must be able to verify SBA certification of Hubzone, 8(a) and SDB via SAM. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Project information sheets providing evidence of capabilities to perform comparable work on two (2) and no more than (5) recent projects. Projects submitted should be no more than five (5) years old have a value of at least $10M. Include the project name and description of the key/salient features of the project, completion date, total value and your company's level of involvement in the project, i.e. subcontractor (type), prime, specific role etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with email address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a small business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 51% of the profits and managerial function will go to and be performed by the small business. Likewise, if you are an 8(a) firm intending to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. Contractual questions should be forwarded to Whittni Wright at whittni.c.wright@usace.army.mil. The requested information shall be submitted hard copy along with one (1) copy of CD-ROM via FEDEX or UPS to: U.S. Army Corps of Engineers ATTN: Whittni Wright 100 W. Oglethorpe Avenue Savannah, GA 31401 Electronic copies will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-13-Z-0003-01/listing.html)
 
Record
SN02971582-W 20130126/130124234419-24fef76e5b85f6d2552dd621350fc88f (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.