Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

Y -- Reach H Levee Improvement Construction Project

Notice Date
9/20/2017
 
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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-R-0049
 
Response Due
9/1/2017 2:00:00 PM
 
Point of Contact
Gregory L. Treible, Phone: 9165576718, Shirley Yarbro,
 
E-Mail Address
Greg.L.Treible@usace.army.mil, Shirley.M.Yarbro@usace.army.mil
(Greg.L.Treible@usace.army.mil, Shirley.M.Yarbro@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***UPDATE 20 SEPTEMBER 2017*** To all concerned: This solicitation was issued as a Request for Proposals under FAR Part 15 as opposed to an Invitation for Bid under FAR Part 14. Therefore, there is no "low bid" or "bidder" information to provide. Proposals/Offers (not bids) are currently under evaluation and the Government is not able to provide an estimated award date at this time. However, once a source selection decision is made and a contract awarded, an award announcement will be posted on this site and will provide the information stated in FAR 15.503(b). The Government will not be responding to inquiries about the results of this solicitation until an award announcement is made. ***UPDATE 24 AUGUST 2017*** Amendment No.: 01 is hereby issued. Please note the revised proposal due date. Also, for your convenience, a conformed copy of the solicitation (including changes made via Amendment 01) is provided. ProjNET will NOT re-open to address any questions arising from this Amendment. For all intents and purposes, changes to the solicitation captured in this Amendment should not pose a surprise if you have been following the Bidder Inquiry responses provided in ProjNET and the several updates to this announcement where information was provided in advance of this amendment. ***UPDATE 16 AUGUST 2017*** 1) The Government is adding the "Sanchez" staging area and reducing the size of the Pumping Plant 8 staging areas. The attached revised drawings are being provided as a courtesy at this time, and will formally be incorporated into the solicitation via a forthcoming amendment. 2) In response to Bidder Inquiry ID: 7105448, the Government will incorporate borrow site testing data into the amendment in an upcoming amendment to the solicitation. However, it is being provided now as a courtesy. The Government estimates issuing an amendment on or about 23 August 2017. ***UPDATE 9 AUGUST 2017*** 1) Reference Bidder Inquiry ID No.: 7097986, The Geotechnical Data Report is referenced in the technical specifications. The report is being provided at this time for your convenience and will formally be incorporated into the solicitation in a forthcoming amendment. Please note that the GDR is merely backup information. The boring drawings in the Plans provide sufficient information upon which to base your proposal. 2) The sign-in roster from yesterday's site visit is posted for your informational purposes only. ***UPDATE 31 JULY 2017*** Solicitation No. W91238-17-R-0049 is hereby issued. Natomas Basin Reach H Levee Improvement Construction Project The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Natomas Basin Reach H Levee Improvement Construction Project. Project Description : The Natomas East Main Drainage Canal west levee requires cutoff wall improvements from the pumping station just upstream of Dry Creek downstream (south) to Arden-Garden Connector Bridge. The length of this reach is approximately 4.0 miles. The general improvements include improving the existing levee by fix in-place construction, and installation of a seepage cutoff wall with a depth of approximately 30-70 feet, and flattening the landside levee slope. There are two pump-stations which will require the discharge pipes to be raised. Installation of a landside maintenance road is also required. The methods determined to be technically acceptable to the constructability of Reach H include conventional long reach excavation or One Pass Trench (OPT) using soil-bentonite (SB) slurry in majority of the length. Three separate locations will require Slag-Cement Cement Bentonite (SCCB) wall using conventional method. This acquisition is proceeding as an unrestricted, full and open competition. However, the prime contractor will be required to self-perform the cutoff wall work. In accordance with the DFAR 236.204, the magnitude disclosure of this construction project is between $25,000,000 and $100,000,000. This proposed contract action will be conducted using FSC Code: Y1LC, Construction of Tunnels and Subsurface Structures and North American Industry Classification System Code (NAICS): 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $36.5 million. The RFP is estimated to be issued on or about 31 JULY2017 with proposals due tentatively on 1 SEPTEMBER 2017. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov) and will establish a firm proposal due date/time. The site visit/pre-proposal conference date, time and location is identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-R-0049/listing.html)
 
Place of Performance
Address: From the pumping station just upstream of Dry Creek downstream (south) to Arden-Garden Connector Bridge, Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN04686861-W 20170922/170920232334-8e8fcb2f7983f7bfc6e0d6d6f861b1c9 (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.