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

Y -- Sacramento River East Levee (SREL) Contract 1

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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W9123820R0005
 
Archive Date
1/17/2020
 
Point of Contact
DeAnna L. Mannel, Phone: 916-557-6690, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
deanna.l.mannel@usace.army.mil, Melissa.A.DeNigris@usace.army.mil
(deanna.l.mannel@usace.army.mil, Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government anticipates issuing an Invitation for Bid (IFB) with the intent of awarding a Firm-Fixed Price construction contract for the Sacramento River East Levee (SREL), Contract 1 The Project is located within the City of Sacramento, California, along various segments of the Sacramento River East Levee (SREL) from just north of US 50 to just west of Freeport Blvd. The combined length of the levee segments to be remediated under this contract is approximately 3.0 miles (see attached). The SREL lies within a heavily urbanized area with residential, recreation, and industrial use areas. Backyards and other structures are at or near the landside levee toe along significant stretches. During the last three decades, Sacramento Area Flood Control Agency (SAFCA) and USACE have designed and constructed improvements along several portions of the subject levee. Improvements included shallow and deep seepage cutoff walls, seepage and stability berms, and erosion protection. The levee repair design is constrained by limited levee access, residences and other structures at or near the landside toe, and limited working space along the waterside berm, if present. The work includes, but is not limited to, providing and maintaining all temporary facilities; implementing Storm Water Pollution Prevention Plan requirements; complying with all applicable permit requirements and environmental mitigation measures for the Project; developing staging areas designated for Contractor's use to the extent needed; coordinating with Agencies and stakeholders as necessary; degrading and reconstructing 2+ miles of levee (~150,000 cubic yards) to support construction of both Deep Mix Method (DMM) and slurry trench cutoff walls; constructing drained stability berms and seepage berms (~30,000 cubic yards); reusing excavated soils that meet specification criteria for reuse as levee fill; importing soil for levee fill as necessary; managing and disposing of excess excavated soils; removing and replacing 2+ miles of paved bike paths, researching, potholing, protecting, removing, and replacing existing utilities as shown on the plans and as needed to perform the work; removing all temporary facilities; and restoring and seeding all disturbed areas. The work required under this contract must be completed within one season, which is likely to require multiple cutoff wall headings be constructed concurrently. The contractor must finish within one construction season with all work completed within calendar year 2020. The line of flood protection must be fully restored not later than 31 October 2020. Work at Miller Park must be completed after Labor Day. In accordance with DFARS 236.204(ii) the estimated magnitude of construction is expected to be between $25,000,000 and $100,000,000. This prospective contract action will be conducted using NAICS Code 237990 - Other Heavy and Civil Engineering Construction. The size standard is $39.5M. Product Service Code is Y1PC, Construction of Unimproved real property (land). The solicitation will proceed as an unrestricted IFB against the Prequalified Sources List (PSL) for the Cutoff Wall Levee Improvement - Seepage and Stability Construction Contracts which will be established the week of 12 November 2019. This solicitation is estimated to be issued on or about 22 November 2019 with bids due tentatively on or about 2 January 2020. The IFB will be issued on the Government Point of Entry known as beta.SAM.gov and will establish a firm bid due date/time. The site visit date, time and location will be 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 INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via beta.SAM.gov. 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 beta.SAM.gov FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123820R0005/listing.html)
 
Place of Performance
Address: Sacramento, California, United States
 
Record
SN05492582-W 20191109/191107231103-eba317449a180525df6482caacac4195 (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.