Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2019 FBO #6515
AWARD

Z -- Upstream Trash Rack Repairs, Two Rivers Dam

Notice Date
9/25/2019
 
Notice Type
Award Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP19Q0059
 
Archive Date
10/9/2019
 
Point of Contact
Glenda D. Kohlieber, Phone: 5756524135
 
E-Mail Address
glenda.d.kohlieber@usace.army.mil
(glenda.d.kohlieber@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912PP19P0052
 
Award Date
9/24/2019
 
Awardee
SEDONA ENTERPRISES, INC., 1505 WEST AMADOR, LAS CRUCES, New Mexico 88005, United States
 
Award Amount
$250,000.00
 
Line Number
0001
 
Description
This action was awarded as an 8(a) Sole Source Set-Aside under the authority of section 8(a) of the Small Business Act. In accordance with these specifications the Contractor shall supply all plant, labor, materials, appurtenances, equipment, shop facilities, supervision, tools, staging, scaffolding and any other items necessary to complete the herein detailed improvements to the upstream trash rack at the Two Rivers Dam/Diamond A Dam, Roswell, Chaves County, New Mexico. The existing upstream trash rack at Two Rivers Dam is still serviceable but requires bank and streambed stabilization upstream and downstream. Project also requires subsurface investigation and geotechnical report in the area of the trash rack for use in future projects. Specific work items to be covered by this contract are listed below: 1.1.1 Survey. Establish and stake position of the erosion control features in accordance with the specifications herein and the plans (Attachment 1 -Separately Attached). Provide vertical control (temporary bench mark) in reasonably close proximity to the structure to allow for verification of finish elevation for the various components of the construction effort. 1.1.2 Geotechnical Investigation. The Contractor shall conduct subsurface field investigations within the proposed site using methods (soil borings, test pits, cone penetrometer tests, in-situ tests or other methods) best suited to the site conditions as defined during the site reconnaissance and complexity of the proposed design. The Contractor shall provide all water necessary for drilling. In exploratory borings, standard penetration tests (ASTM D1586), jar sampling and bulk sampling must be conducted to provide disturbed samples that are suitable for determining soil type, Atterberg limits, Modified Proctor Compaction testing (ASTM D1557), USCS Classification tests (ASTM D2487) and other index tests. Where cohesive (soft) soils are encountered relatively undisturbed samples shall be collected (Shelby tube, Modified California, or similar sampling method) at the stratum encountered. The subsurface investigation shall consist of a minimum of six (6) borings located within the footprint of all proposed supported structures and each boring shall be drilled to a minimum of 20 feet below ground surface. Additional borings and deeper depths may be proposed by the Contractor to better characterize the site. Refer to the plans for boring locations. Standard Penetration Test (SPT) sampling intervals shall be conducted every 2.5 vertical feet in all exploratory borings and 50-lb bulk samples obtained from each boring. If refusal is encountered on rock material, continuous rock coring shall not be authorized. Refusal shall be considered at 50 hammer blows within 6". However, if 50 hammer blows have been reached at the 6" mark, the driller shall be directed to continue counts and refusal will be deemed at 100 hammer blows within 12".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP19P0052.html)
 
Record
SN05458950-W 20190927/190925231105-13654ba4112fc65f0c3f4162180a4d26 (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.