Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOURCES SOUGHT

Y -- DEEP CUT OFF WALL

Notice Date
9/12/2017
 
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. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-17-Z-0013
 
Point of Contact
KRISTINA J BAKER, Phone: 3143318506, Pat E Filer, Phone: 314 331-8521
 
E-Mail Address
KRISTINA.J.BAKER@USACE.ARMY.MIL, Pat.E.Filer@usace.army.mil
(KRISTINA.J.BAKER@USACE.ARMY.MIL, Pat.E.Filer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below. General Project Description: The East St. Louis Flood Control Project or Metro East Sanitary District (MESD) levees are generally located along the eastern bank of the Mississippi River, between Edwardsville, Illinois and Cahokia, Illinois. The MESD Stations 973+00 to 1015+00 levee segment along the Mississippi River is the location where the deep cutoff wall is to be constructed. Work Statement: Construction of approximately one continuous section of a deep cutoff wall totaling approximately 4200 linear feet which tie into bedrock, degrade of levee slope and placement of compacted impervious clay fill is needed. B.) MESD Deep Cutoff Wall: The work provided for herein consists of furnishing all plant, labor, equipment, and material, except earth material from required excavations, and performing all operations necessary for construction of a deep soil-cement-bentonite cutoff wall. MESD deep slurry trench will be panel constructed as a continuous soil-cement-bentonite cutoff wall approximately 120-140 feet deep and tying 2 feet into bedrock, approximately 4200 feet long and a minimum of two feet wide. The slurry wall will be tied into limestone bedrock approximately 120 to 140 feet below existing ground. Construction of the cutoff wall will require a temporary work platform approximately 5 - 10 feet thick. Other construction activities will include removal of unsuitable materials from the riverside face of the existing levee and placement of a minimum 5 foot thick clay cap on the riverside levee face. The subsurface conditions typically consist of 1 to 10 feet of clay material underlain by approximately 110 to 130 feet of sands, gravels, and cobbles. Below the sands is bedrock which the cutoff wall will tie into. Borings in the area indicate occasional rough drilling and the presence of occasional buried rubble (glass, wood, metal). The borings do not indicate continuous layers of rough drilling or rubble at the depths of the proposed cutoff wall. There are a variety of utility crossings along the alignment that might affect construction sequencing. The soil-cement-bentonite cutoff wall will be required to meet strict QA/QC requirements. For example, the soil-cement-bentonite must meet a minimum permeability requirement of 1x10-6cm/s, clay cap material must meet USCS classification for CL or CH material, in place clay cap material will need to meet 95 percent of the maximum dry density and plus 4 and minus 0 percent of the optimum water content of a standard proctor test. The cutoff wall will also require detailed as-builts. Lab testing and/or in-situ testing will likely be required to verify compliance with permeability requirements. C.) Capability Statements: 1. Explain your capability to panel construct a continuous soil-cement-bentonite cutoff wall to depths of 120 to 140 feet, and maintain the slurry within 2 feet of the ground surface. 2. Briefly explain working in varied soil conditions to include but not limited to sand, gravels, zones of cobbles, and zones of boulders. 3. Explain your capability to verify permeability requirements through permeability testing of wet grab samples obtained from various depths. SOURCE SOUGHT: NAICS CODE: 237990 Other Heavy and Civil Engineering Construction SIZE STANDARD: $36.5 Million CONTRACT ESTIMATED RANGE: $13,000,000 to $20,000,000 ANTICIPATED SOLICITATION RELEASE DATE: Any solicitation for the nature of work described in this sources sought is subject to the availability of funds. Should funding become available the Government will use responses to this notice as Market Research to develop an acquisition strategy. Any solicitation(s) for this type of work will be made public as required by the Federal Acquisition Regulation at the Government Point of Entry (www.fbo.gov). POINT OF CONTACT: Responses are to be sent via email to Pat Filer, at Pat.E.Filer@usace.army.mil no later than 12:00 p.m. Central Time, 27 September 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 you are 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6da799ff17cdb70a4ea5c94282f40e30)
 
Place of Performance
Address: 1222 SPRUCE, ROOM 9.104A, ST LOUIS, Montana, 63103, United States
Zip Code: 63103
 
Record
SN04673604-W 20170914/170912232459-6da799ff17cdb70a4ea5c94282f40e30 (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.