Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2016 FBO #5255
SOURCES SOUGHT

C -- Subject Matter Expert Services for Mosul Dam, Nineveh Governorate, Iraq

Notice Date
4/11/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-16-R-0023
 
Archive Date
4/30/2016
 
Point of Contact
Benjamin C. Williams,
 
E-Mail Address
benjamin.c.williams@usace.army.mil
(benjamin.c.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Agency: Department of the Army 11 April 2016 Office: U.S. Army Corps of Engineers Location: USACE Middle East District Solicitation Number: W912ER-16-R-0023 Notice Type: Sources Sought Synopsis: 1. This is a Sources Sought Notice 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 U.S. Army Corps of Engineers Transatlantic Middle East District (TAM) is conducting preliminary research to determine the market capabilities (of both large and small firms) to provide Architectural and Engineering (A-E) Services in support of the USACE performing engineering and oversight of foundation grouting, bottom outlet repair and design, and cost plus contract oversight at Mosul Dam in Iraq. The purpose of this notice is to perform market research in order to determine if any A-E firms are capable and willing to perform work in the proposed area of responsibility. In accordance with standard Department of State guidance regarding Iraq, the contractor would not be provided Privileges and Immunity for its staff. Contractor may receive partial indemnification for any failure of or at Mosul Dam. A Forward Operation Base would be established at the Dam by the Government of Italy and an Italian force would provide protection at the site. Contractor could expect office space, vehicles to use, housing, ablution, food, water, Role 1 medical, and 230V/50Hz power at the site. 2. PROJECT INFORMATION AND WORK: The project work site is located on the Tigris River 60 km northwest of Mosul, Iraq. Mosul Dam was designed as a multi-purpose dam providing water supply, irrigation, flood control, and power generation. Main features include an embankment dam (113 m high and 2.21 km long); a service spillway (five 13.3 m wide x 13.5 m high hydraulically-operated radial gates, capable of discharging 13,000 m3/s with the reservoir elevation at 338 meters above sea level; a hydropower facility (total rated capacity of 750 MW; four power penstocks with total discharge capacity of each penstock tunnel of 280 m3/s); a bottom outlet structure (two 12-m diameter concrete conduits transitioning to two 10-m diameter tunnels with a maximum discharge capacity of 2435 m3/s); a saddle dam (1.2 km long); and an emergency spillway with fuse plug (400 m long). From 1985 onward, the Mosul dam has been continuously grouted to plug seepage caused by eroding gypsum karst areas under and around the dam structure. As a result of combatant activities in northern Iraq in 2014, continuous grouting operations ceased for an extended period of time. This cessation of grouting and the natural rates of erosion have led to critical levels of erosion in the foundation. The USACE estimates that, in the last year, 5000 cubic meters of foundation material were lost due to erosion. This equates to a daily loss of approximately 15 cubic meters per day. On March 2nd, 2016, the Government of Iraq (GoI) signed construction contract documents with Trevi S.p.A. (hereafter referred to as "Trevi") to pursue emergency grouting and reconstruct the bottom outlet works. The contract between the GoI and Trevi references a legal entity named "The Engineer", which for the purposes of this A-E contract is the "The U.S. Army Corps of Engineers" (USACE), subject to an official agreement between the GoI and the United States Government. In order for the USACE to perform the function of "The Engineer" to the maximum extent practical, we require the professional services of an Architectural and Engineering firm (A-E) to augment our professional staff. The firm, in support of TAM, shall perform geotechnical oversight, materials testing and reporting, design, and other Architectural and Engineering services to include quality assurance, technical, and administrative assistance for high volume grouting, maintenance grouting, and repair of the bottom outlet. Efforts under this task order are to a) review grouting activities, b) review grouting success and revise grout mix designs, c) advise on grouting procedures and locations, d) assess the condition of the grouting gallery and the dam's bottom outlet concrete and mechanical/electrical structures associated therewith, e) provide repair alternatives, f) monitor construction activities, and g) perform QA testing on behalf of USACE during foundation grouting and repair of the bottom outlets. The grouting and bottom outlet repair contract has been awarded to Trevi under a cost plus fee agreement. Operations would be 24/7/365 during the performance of the work. Primary tasks under the requirements include but not limited to: a. Acquire, compile, catalog, and index all available historic records and construction photographs available regarding the project such as the original design plans and specifications, geotechnical records, and geotechnical and surveys performed as remedial grouting was emplaced since original project impoundment engineering during construction records, as-builts, and commissioning records b. Set up and maintain a SharePoint server allowing all site and historical data to be available to the A-E, the USACE, and others designated by the USACE. Note, this is not intended to substitute for RMS. c. Perform Quality Assurance for geotechnical investigations and foundation grouting, d. Perform grouting analysis and design mixes for the USACE to require for use, e. Test grout and concrete materials to ensure they meet standards and design specifications in Trevi contract, f. Quality Assurance of labor, and materials utilized by Trevi during the performance of its work, g. Perform field logging of geotechnical explorations, h. Perform field observation, testing, and reporting of grouting activities, i. Perform material analysis for concrete and grout compliance, j. Prepare Geotechnical reports for the USACE, k. Design, perform engineering during construction, and oversee commissioning of the reconstruction of the bottom outlet. l. Convert field boring logs to gINT format, m. Utilize historic and current boring logs to develop and support USACE efforts on creation of a GIS database of all borings and grout records in support of the data management system discussed below. The USACE will host the server and creation of the database. n. Once per month perform conventional surveys of the monumentation installed on the dam crest and in the grouting gallery. o. Once per month perform Synthetic Aperture Radar Surveys to provide deformation monitoring of the dam, spillway, bottom outlet structure, and powerhouse. p. Be provided transportation and force protection from Erbil, Iraq to and from the Mosul Dam project site, q. Be in a camp consisting of Italian management staff, Italian military troops, Local Nationals, Foreign Nationals, and USACE Resident Engineer's staff at the project site, r. Provide internet connectivity for its personnel and its own use, s. Provide its own computer and storage hardware and networking devices, materials testing lab equipment, and lab structure sufficient to perform the work in this contract, t. Execute all work in accordance with all USACE Engineering Manuals (EM), Engineering Regulations (ER), and other USACE, ASTM, and Industry defined standards for the type of work being performed. The more stringent standard will apply if there is a variation in requirements. u. Not supervise, direct, or have control over Trevi's work, nor shall the A-E have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by Trevi, for safety precautions and programs incident to Trevi's work in progress, nor for any failure of Trevi to comply with laws and regulations applicable to Trevi's furnishing and performing the work; this requirement does not relieve from the A-E the responsibly to perform the correct design and devise the methods for bottom outlet repair. v. Not be responsible for the acts or omissions of Trevi, any subcontractor or supplier, or of any of Trevi's agents or employees or any other persons (except the employees of the A-E's member firms) at the site or otherwise furnishing or performing any of Trevi's work. 3. DISCIPLINE AND TECHNICAL SUPPORT: Qualified professional disciplines as defined in FAR 36.601-3 to support all levels of the work described above is a requirement of this effort. Both primary and subordinate work shall include but not be limited to the disciplines of civil engineer, structural engineer, mechanical engineer, electrical engineer, geotechnical engineer, hydraulic engineer, surveyor, specification writer, cost estimator, geologist, computer automated design operator, and GIS and cost plus contract management specialist.. 4. TECHNICAL REQUIREMENTS: The A-E shall be familiar with and have direct experience with foundation grouting in high head karst founded dams similar to Mosul and design and rehabilitation of dam inlet and outlet works; TAM's operations in terms of automated management review systems, computer aided estimates, computerized specifications, computer aided drafting and design systems, TAM's PC software requirements, regulations and standards SUBMISSION REQUIREMENTS: Responses to this sources sought announcement will be used by the government to make appropriate decisions regarding the acquisition process and requirements. Contractors responding to this sources sought must provide an Experience/Capabilities Statement to meet the requirements specified in the above sources sought notice, and shall not exceed five (5) pages, using Arial Font Size 10. Firms that intend to submit their survey to demonstrate experience and capabilities should submit their response no later than April 15, 2016, 12:00 noon eastern standard time to: Benjamin Williams E-mail at Benjamin.c.williams@usace.army.mil The NAICS code for this requirement is 541330 with a Small Business Size Standard of $14.0M. THIS IS NOT A REQUEST FOR PROPOSALS. NO OTHER NOTIFICATION TO FIRMS FOR THIS PROJECT WILL BE MADE. 5. RESPONSE REQUIREMENTS: This sources sought is for market research purposes only and is not a "Request for Proposal" (RFP) nor does it restrict the Government's ability to determine the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Cover letters and extraneous materials (brochures, etc.), will not be considered. Attachment: None Contracting Office Address: USACE Transatlantic Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 Place of Performance: USACE Transatlantic Middle East District P.O. Box 2250, Winchester VA 22604-1450 US Point of Contact(s): Primary: Benjamin Williams, Benjamin.c.williams@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0023/listing.html)
 
Record
SN04079415-W 20160413/160411234029-d439bc272c7cf98e16cae8c5e3d0037d (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.