Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

Z -- Sources Sought: Pokegama Dam Slurry Trenches

Notice Date
2/11/2016
 
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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-16-SS-0019
 
Archive Date
3/8/2016
 
Point of Contact
Aragon Liebzeit, Phone: 6512905418
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil
(aragon.n.liebzeit@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), St. Paul, Minnesota District is seeking small business sources for the Pokegama Dam Slurry Trench project. The project consists of providing all materials, labor and equipment to install a cement - bentonite slurry trench in the left (east) and right (west) embankments of the Pokegama Dam located in Itasca County in Grand Rapids, MN. The slurry trenches will be a minimum of 2.5 feet wide, extend up to approximately 16 feet below ground, and 90 and 60 feet long, respectively, and will tie into existing bedrock. The slurry trenches will have a 3 foot thick cap of impervious fill on top of the slurry that will in turn be topped with topsoil and seed tying into the existing ground surface. Construction of the slurry trench will require relocation of electrical features that run to the dam and a gage house as well as restoration of concrete sidewalk and possibly bituminous pavement. In addition to the slurry trench construction, riprap will be placed at locations along the channel bank adjacent to the dam. We anticipate that construction will occur in late summer and fall of 2016. The Pokegama Dam is located on the Mississippi River, three miles upstream of Grand Rapids. Construction began at this dam site in 1882 and the dam was put into operation in 1885. The Corps of Engineers completed reconstruction in concrete in 1904. Pokegama is considered the distributing reservoir for the two upper reservoirs at Winnibigoshish and Leech, the water from which passes through this dam. The current control structure is 225 feet long and contains 13 8-foot sluiceways and one 12-foot long log sluice. In 2011, 7 leaf gates were installed and the slide gates in the remaining sluiceways were rebuilt. A leaf gate was also installed in the log sluice bay. The earth-filled embankments have timber diaphragms filled with puddled clays, and rest on the quartzite outcrop that occurs in this area. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual. The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a size standard of $36.5M. The estimated magnitude of construction is between $250,000 and $500,000; the contract will require 100% performance and payment bonds. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement. In order for your response to this sources sought to be considered, you must provide all of the following: 1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel or potential subcontractors. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. A statement from your surety is not required. 5) A statement of your firm's business size and type (HUBZone, 8(a), Service Disabled Veteran Owned, Small Disadvantaged, VOSB, or Woman-Owned) with regards to the NAICS code listed above. 6) Cage Code and DUNS number (for your firm and any potential subcontractors or partners). Submit this information to Mr. Aragon Liebzeit, Contract Specialist, 180 5th St. E, Suite 700, St. Paul, MN, 55101 or via email to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:30 PM (local time) on February 22, 2016. This sources-sought announcement is used to identify small business concerns with the capability to accomplish the work. This is not a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-SS-0019/listing.html)
 
Place of Performance
Address: Grand Rapids, Minnesota, United States
 
Record
SN04019031-W 20160213/160211235508-0f275ed2148253ad41c682a7a9fa6fda (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  © 1994-2020, Loren Data Corp.