SOURCES SOUGHT
Z -- Lock and Dam 18 Relief Wells
- Notice Date
- 12/2/2016
- 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, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-17-X-LD18
- Archive Date
- 1/18/2017
- Point of Contact
- Benjamin John Kimbell, Phone: 3097945048
- E-Mail Address
-
benjamin.j.kimbell@usace.army.mil
(benjamin.j.kimbell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract Information: The U.S. Army Corps of Engineers, Rock Island District, is seeking businesses that are capable of providing the following: Installation of Relief Wells at Lock and Dam 18, Burlington, Iowa. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or make a contract award. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal, quote or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested and capable of performing this work. Project Description: LD 18 Install Relief Wells. The work shall include installation of approximately 70 pressure relief wells through the floor of the lock chamber at Lock and Dam 18 in Burlington, Iowa. The wells are 8-inch diameter and approximately 35 feet deep. The wells are to be constructed of PVC pipe, with the lower portion surrounded by clean filter stone and the upper portion surrounded by grout (16-inch diameter hole drilled with area outside of 8-inch diameter PVC pipe being backfilled). The work is anticipated to be performed from a floating plant with a water depth of approximately 20 feet. Reclaimed material from the drilling operation has to be tested for hazardous material prior to disposal off-site. The anticipated period of performance for this project is December 2017 through March 2018. Construction will take place in the wet. It is anticipated that prior to construction, the lock chamber will be drawn down to tail water levels in an effort to reduce the water level in the lock chamber in support of drilling operations. It is expected that divers will be necessary to support the well installation and dewatering will be required. Additionally, the lock will need to be dewatered after the relief wells have been installed in order to test the wells and install pre-cast concrete well head blocks. The contractor must have the capability of moving and placing Government furnished bulkheads (80,000 lbs.) to dewater the lock chamber (dewatering pumps). Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through experience, references, project lists, or reports, they possess relevant resources and capability of placing bulkheads (bulkheads provided by the government - approx. weight of 80,000 lbs.) and the ability to dewater the lock chamber (dewatering pumps). The Contractor shall also include experience performing under tight timelines in a relatively constrained work site. The Contractor must possess experience working in winter (cold weather) in a lock and dam facility, or similar facility (experience working with heavy equipment in cold icy conditions). The Contractor must demonstrate experience utilizing a drill rig in the wet (drilling under water) will needing to maintain tight tolerances (at a minimum need to demonstrate drilling well capability). An Industry Day is tentatively being scheduled for January 2017. Industry Day details will be provided in a future announcement on www.fbo.gov. The anticipated solicitation release date is March of 2017 on www.fbo.gov. NAICS CODE: 237990 Other Heavy and Civil Engineering Construction SIZE STANDARD: $36.5 Million CONTRACT ESTIMATED RANGE: $1,000,000 to $5,000,000 POINT OF CONTACT: Responses are to be sent via email to Benjamin Kimbell, at benjamin.j.kimbell@usace.army.mil no later than 12:00 p.m. central time, January 3rd, 2017. SUBMISSION DETAILS: All interested, responsive and responsible SAM Database registered businesses are encouraged to participate in this sources sought by emailing the required information below to the point of contact listed above. If your company is not SAM registered, please do so at www.sam.gov. Interested businesses shall include the following information to be considered for this Sources Sought announcement: 1. Company name, address, point of contact, phone number/email address and CAGE Code 2. Company's interest if a solicitation for this project is issued 3. Company's business category and size 4. Company's capability to perform on the project description outlined above as well as all information listed above in the Minimum Technically Acceptable Contractor Expertise Criteria
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-17-X-LD18/listing.html)
- Place of Performance
- Address: Lock and Dam 18, Burlington, Iowa, 61437, United States
- Zip Code: 61437
- Zip Code: 61437
- Record
- SN04341353-W 20161204/161202233833-1453b254888489de826df5768f149e8f (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 |