Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
MODIFICATION

Y -- Construction of the Muddy River Flood Risk Management Project – Phase 2, Boston and Brookline, Massachusetts

Notice Date
5/25/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-17-X-0016
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for a construction project at the Muddy River in Boston and Brookline, Massachusetts to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 237990. The estimated construction cost is between $25,000,000.00 and $35,000,000.00. The project is planned to be issued on or about December 2017 and will extend over a 3-year period. The location of the work to be performed under this contract shall be in and along the Muddy River from Leverett Pond to Boylston Street in Boston and Brookline, Massachusetts. The project scope of work consists of dredging 1 to 5 feet of sediment from the bottom of the river to construct the Flood Risk Management channel, stabilizing the material for transport, and trucking the material for disposal in landfills. The estimated total quantity of material removal is about 100,000cy. To accomplish this construction will require dewatering sections of the Muddy River using sheet pile cofferdams; pump systems to divert the river's flow; construction of temporary access roads along the river bank; removal and control of phragmites along the river edges; and dredging of and stabilizing the material for transport. Some of the dredging may be possible without dewatering. Included as part of this work is the construction of a flood protection wall and subsurface pumping station at the Boston Fire Department Building. To avoid impacts to aquatic resources, environmental windows of 1 April to 15 June and 15 September to 1 November of any year has been set for the project. The management of anadromous fish (blueback herring) such that the adults are allowed to migrate upstream to spawn during the spring environmental window and the juveniles to migrate downstream to mature in the ocean during the fall environmental window is required. Due to the urban setting of the project location, extensive management of pedestrian and vehicular traffic at construction access points and at each work areas is required to minimize impacts to the roadways and parkland system and to ensure the safety of the public. The Contractor will have limited work area with very limited access. Extensive coordination with the Government, local project Sponsors, and the authorities having jurisdiction of the roadways will be required. The project is set within and part of the Historic Frederick Law Olmsted's "Emerald Necklace" park system and is listed in National Register of Historic Places. Part of the work to construct the deepened channel in the Muddy River is to restore and stabilize the banks after the removal of sediment. The restoration consists of stone protection, turf reinforcement mattress (TRM), and plantings consistent with the historic standards of the park. Under this contract, the successful firm will be required to provide construction of the Muddy River Flood Risk Management Project - Phase 2 located in Boston and Brookline, Massachusetts. The firm will be evaluated on past experience in large earthwork projects in an urban setting and must demonstrate beyond typical earthwork construction and should highlight the following experience/expertise: • Design of Dewatering and Flow Diversion Systems (Control and Diversion of Water) • Pedestrian and Traffic Management in an Urban Area • Design and Installation of Sheet Pile/Earth Support Systems • Removal, Handling, Dewatering and/or Stabilization of River Sediment • Large Historic Landscaping Efforts • Management of Anadromous Fish Migrations Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the firm and experience in performing the work requirements stated above. Firms must submit documented information that demonstrates experience with a minimum of three examples of a construction project, similar in scope and magnitude to this project that the firm has performed in the last five years. The examples must clearly demonstrate beyond typical earthwork construction and should highlight demonstrated experience with the work requirements cited above. However, the experience does not have to be demonstrated on one single project. Indicate the team's major subcontractor(s), including their prior experience and qualifications, which will be used to support the effort. Include a Point of Contact and phone for each project example who may be contacted for further information on Contractor's effort and performance. Proof of bonding capability is required. Responses are due May 30, 2017. Responses should be emailed to Alysha.MacDonald@usace.army.mil or addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Alysha MacDonald. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-17-X-0016/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
Zip Code: 01742-2751
 
Record
SN04523442-W 20170527/170526002125-cb53d511eb38f05cdf3fb6c39a476443 (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.