Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

38 -- Buffalo Bayou Emergency Spillway Repair, Houston, Texas, Harris County, Texas

Notice Date
11/7/2019
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-20-B-0004
 
Archive Date
1/7/2020
 
Point of Contact
Ronalda Burton, Phone: (409)766-3103, Maria E Rodriguez, Phone: (409)766-6331
 
E-Mail Address
ronalda.burton@usace.army.mil, maria.e.rodriguez@usace.army.mil
(ronalda.burton@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice: W912HY-20-B-0004 The U.S. Army Corps of Engineers, Galveston District Office requires a contract for Buffalo Bayou Emergency Spillway Repair, Houston, Texas, Harris County, Texas Project Information: The project shall include sealing and repairing joints and cracks in the roller compacted concrete spillway, constructing concrete piers, filling voids, and replacing damaged concrete lining. The Contractor will be required to clean the joints and cracks one up to one inch wide, and seal them with silicone sealant. Joints wider than 1 inch shall be grouted. Concrete piers will be used to stabilize the concrete pavement on the upstream side of Barker Dam North and Addicks Dam North spillways. Reinforced concrete will be constructed to replace damaged concrete lining location. Stabilize the upstream side slope concrete lining with the concrete piers before sealing or grouting the longitudinal cracks and joints at Barker Dam North spillway. The project will contain options which the Government may exercise at the time of award. The emergency spillways consist of earthen embankments capped with 8 inch thick roller compacted concrete on the downstream slope, the crown, and partially on the upstream slope. This concrete has no reinforcement, control joints or expansion joints. In the past, repairs have been performed to the concrete with reinforce concrete patches, and cracks and joints have been sealed with asphalt and silicon sealants. Option 1 Addicks Dam North Spillway -Stabilize the upstream side slope concrete lining with the concrete piers before sealing or grouting the longitudinal cracks and joints at Barker Dam North spillway. Option 2 Concrete Piers at Barker Dam North Spillway - Where grout and sealant will be in contact, the grout is to be installed first and the silicon is to be applied after the grout has cured based on the manufacturer's recommendations. Completion Time: 150 days. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages in an amount $3,205.00 to the Government for each calendar day of delay until the work is completed or accepted. The Contractor will be required to provide the Performance and Payment Bonds within 5 calendar day after award. The contractor shall begin work within 10 calendar days after acknowledgement of the Notice to Proceed. The Solicitation will be issued as Unrestricted Firm Fixed Price. The magnitude of this project is S1,000,000 and $5,000, 000. The solicitation is advertised as 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $36.5 Million. The solicitation will be issued on or about 22 November 2019. Response date is 23 December 2019 @ 2:00 PM (CST) (All bids must be submitted electronically, details will be provided in the solicitation). The estimated award date for this project is 06 February 2020. All offerors are encouraged to visit the Federal Business Opportunities website at https://www.fbo.gov to view and download the plans, specification and or any amendments for this procurement. Plans and specifications will not be available in paper format or on compact disc. To register as an "Interested Vendor", visit https://www.fbo.gov. Offerors must be registered with the Systems for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov. The Contract Specialist for this solicitation will be Ms. Ronalda Burton, (409) 766-3801; E-mail: Ronalda.Burton@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-20-B-0004/listing.html)
 
Place of Performance
Address: Texas, Harris County, Texas, United States
 
Record
SN05492012-W 20191109/191107230825-84ee19c90923906184257c16ba2ac389 (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.