SOLICITATION NOTICE
Y -- Quantico Dams Safety Upgrades and Repairs at Marine Corps Base Quantico, VA.
- Notice Date
- 11/5/2013
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-14-R-0003
- Response Due
- 11/20/2013
- Archive Date
- 1/4/2014
- Point of Contact
- Ashley Hopkins, 757-201-7647
- E-Mail Address
-
USACE District, Norfolk
(ashley.hopkins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Norfolk District, Army Corps of Engineers is contemplating a firm fixed priced Design-Build construction contract for safety upgrades and repairs to the water supply system in Quantico, Virginia. A portion of MCB Quantico's water is provided from a supply system that consists of Lunga Dam, Breckinridge Dam, and Gray's Reservoir Dam. These dams currently do not meet safety requirements and need to be upgraded and repaired to safely provide water to MCB Quantico. The repair and upgrades will consist of the following: Lunga Dam: design and construction of a roller-compacted concrete auxiliary spillway within the existing earthen embankment, design and construction of seepage collection system, design and installation of a method for low level reservoir release at the end of the existing embankment conduit, design and installation of a secondary closure on the main intake tower sluice gate, replacement of existing intake tower components, sealing of cracks in Ogee spillway and clearing of accumulated sediment in front of main sluice gate. Breckinridge Dam: design and construction of additions to the embedded corewall/dam section of the concrete gravity dam for diverting flow from earthen abutments, design and installation of a secondary closure on the main intake tower sluice gate, design and construction of seepage collection system, design and construction of erosion protection along downstream toe, replacement of existing intake components, clearing of accumulated sediment in front of main sluice gate and clearing of accumulated debris within outlet tunnel and replacement of trash screen. Gray's Reservoir Dam: restoration of reservoir to design capacity by removal of deposited materials, disposal of deposited material off Government property, placement of erosion protection along downstream toe, removal and disposal of abandoned trash screen machinery, installation of grated cover, safety railing, intake sluice gate system, intake trash screen system, design and installation of a walkway from left abutment to intake structure, design and installation of manually operated all-weather solar powered lighting along walkway and at intake structure, repair of leaking concrete raw water pipe connected to intake structure, replacement of quote mark air and vacuum release quote mark valve and quote mark suction blow-off assembly quote mark on concrete raw water pipe. Other components of the work include all aspects of health and safety planning and execution, site preparation, surface and groundwater management (to include permanent seepage and erosion control measures), excavation and onsite stockpiling of debris, utility removal/relocation, noise control during construction, site grading, and site restoration (to include fencing, paving, restoration of above and below-ground utilities). Contract duration is estimated at 365 calendar days. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. The NAICS code applicable to this requirement is 27990, with a small business size standard of $33.5 million. This project will be solicited as unrestricted and will be awarded using a two-phase, best value procurement method. The contracting officer will award a firm fixed price contract to the responsible offeror whose proposal conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, determined through a two phase solicitation process. The phase 1 and phase 2 evaluation factors are as follows: Phase 1 consists of three (3) evaluation factors: (1) Past Performance, (2) Specialized Experience, (3) Organization and Technical Approach Phase 2 consists of five (5) evaluation factors: (1) Proposed Technical Solution, (2) Quality of Components, (3) Proposed Contract Duration and Preliminary Summary Schedule, (4) Small Business Participation, and (5) Cost/Price. All non-priced factors when combined are significantly more important than cost/price. The RFP will be available in electronic format only and will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about November 25, 2013. The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Points of Contact for this requirement is Ashley Williams, Email: Ashley.Williams@usace.army.mil; Phone: 757-201-7647.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-14-R-0003/listing.html)
- Place of Performance
- Address: Marine Corps Base Quantico 3250 Catlin Ave Quantico VA
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03228178-W 20131107/131106000251-e44d6643cfc1ac0f6a76d1f96e9f1e6c (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 |