Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
MODIFICATION

Y -- USACE Galveston District - Buffalo Bayou and Tributaries, Addicks and Barker Dams

Notice Date
4/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W9126G-14-S-0007
 
Response Due
5/19/2014
 
Archive Date
6/18/2014
 
Point of Contact
Traci Robicheaux, 4097666306
 
E-Mail Address
USACE District, Galveston
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Buffalo Bayou and Tributaries, Addicks and Barker Dams Harris and Fort Bend Counties, Texas Sources Sought No. W9126G-14-S-0007 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Galveston has been tasked to solicit for and award a project/procurement to include Addicks and Barker Dams Modification of Dams New Outlet Structures and Cutoff Walls. Proposed project will be a competitive, fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Responses shall include a qualifications statement along with documentation to support Technical Capabilities and Specialized Experience for the following: FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1.Buffalo Bayou and Tributaries, Addicks and Barker Dams, Modification of Dams, New Outlet Structures and Cutoff Walls, Harris and Fort Bend Counties, Texas. These modifications will be performed within, through and adjacent to the existing dams and outlet structures while they maintain operational capabilities. This work is highly sensitive due to dam safety concerns and enormous consequences that could occur in the event of adverse conditions. For these reasons, this project will demand strict technical capabilities and oversight standards throughout the entire construction period. 2.Construction operations that the contractor shall satisfactorily perform include: a.Preparing sites for dam modifications, including but not limited to clearing and grubbing vegetation, stripping and stockpiling topsoil, developing haul roads and borrow areas. Constructing compacted earthen cofferdams to the same elevation as the nominal top of the existing dams that will serve as the dam embankment and to protect the sites and the public during construction of the new outlet structures using properly conditioned soil from onsite borrow areas. Each cofferdam shall require a cutoff wall to further protect downstream from under seepage. Designing, furnishing, installing, and maintaining dewatering systems to remove and control groundwater to stabilize cut slopes and excavation bottom and to allow excavations and construction of embankments, outlet works and appurtenant features to proceed uninterrupted and in-the-dry; free of standing water, running water, and/or adverse uplift pressure. Constructing cement bentonite cutoff walls beneath the new outlet structures, tied into the existing soil bentonite slurry cutoff walls in the existing dam embankments. b.A Quality Control (QC) program will be required for proving and documenting that the minimum dimensions, continuity, homogeneity, strength, permeability, and quality requirements of the seepage barrier have been achieved. Quality control methods will ensure conformance with specifications, assure full-depth barrier continuity, and include verification borings. Three-dimensional digital drawings, clear QC data presentation methods, and a dedicated staff for data collection, reduction and transmission to the Government will be required. c.Constructing new reinforced concrete outlet structures and appurtenant features at both Addicks and Barker Dams to include an intake tower, steel lined conduits, parabolic chute slab, stilling basin and the fabrication/installation of structural steel trash racks and machinery platforms and the installation of heavy duty slide gates and operators. The new outlet structures shall be located through the existing dam embankment, about 400-ft from the existing outlet structures. The new outlet structure for Addicks Dam includes three 10-ft diameter steel lined conduits with 10-ft x 10-ft rectangular steel gates at the intakes. The new outlet structure for Barker Dam includes three 12-ft diameter steel lined conduits with 12-ft x 12-ft rectangular steel gates at the intakes. Reconstructing the compacted earth fill embankment about the new outlet structures complete with downstream sand filters and gravel drainage elements. Constructing new approach and outlet channels that shall be excavated to connect the new outlet structures to existing channels. These channels shall be located in the existing project footprints. d.After the new outlet structures and embankments are completed and serviceable: Removing the earthen cofferdams. Demolishing and/or otherwise removing the respective existing upstream and downstream outlet structure features that including the steel machinery platforms, gates, operators, concrete slabs, wing walls, tower intakes, gage houses, access bridges, parabolic chute slab, and stilling basin. Grouting the remainder of the existing concrete conduits designated for abandonment in place. Constructing compacted earth fill embankments including sand filters upstream and downstream of abandoned conduits and constructing cement bentonite cutoff walls tied into existing soil-bentonite slurry walls and new cement bentonite cutoff walls (under new conduit). Placing compacted earth fill in the abandoned portions of the existing outlet channel. e.The work shall also include but may not be limited to compacted earth fill, subdrainage systems, bridge construction, asphalt-surfaced hike and bike trail and pedestrian bridge construction, gravel-surfaced maintenance roads, turfing, site lighting, site restoration, slope and erosion protection, fire detection and intrusion detection system, telecommunications, installation of generators, and pre-fabricated building construction. A 1,400-ft long cement bentonite slurry cut-off wall shall also be constructed along the upstream embankment of Barker Dam at Noble Road to address seepage issues at this location. 3.Estimated construction range: Between $25,000,000 and $100,000,000 4.NAICS Code: 237990 entitled quote mark Other Heavy and Civil Engineering Construction quote mark 5.SMALL BUSINESS SIZE STANDARD FOR NAICS 237990: $33,500,000 6.FSC Code: Y1KA 7.Bonding Requirements: The Contractor shall provide Performance and Payment Bonds within (10) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. 8.Completion Time for this project is estimated at 1180 calendar days after acknowledgement of the Notice to Proceed. Prior construction and government contract experiences with complex dam modification work as described in Item 2 above that conforms to the standards and guidelines established by the U.S. Army Corps of Engineers, the Bureau of Reclamation and the Federal Emergency Management Agency for dams and levees is required for submitting a response under this sources sought synopsis. The Contractor shall include detailed descriptions and references (described below) of similar prior construction and government contract experiences in the response. Anticipated solicitation issuance date is on or about December 2014, and the estimated response due date will be on or about January 2015. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.Firm's name, address, point of contact, phone number, and e-mail address. 2.Firm's interest in bidding on the solicitation when it is issued. 3.Firm's capability to perform a contract of this magnitude and complexity, include firm's capability to execute comparable work performed within the past 5 years: a.Brief description of the project, customer name and valid customer contact phone number, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4.Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) 5.Firm's Joint Venture information if applicable - existing 6.Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company 7.Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 a.m. Central Daylight Time (CDT), 19 May 2014. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-6306, traci.d.robicheaux@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-14-S-0007/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN03341875-W 20140419/140417235347-8c443927e632a2b5f142e28f2e8c450e (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.