Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2019 SAM #6566
SOLICITATION NOTICE

Y -- SOUTH SAN FRANCISCO BAY SHORELINE REACHES 1-3

Notice Date
11/19/2019 11:26:26 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94103-1398 USA
 
ZIP Code
94103-1398
 
Solicitation Number
W912P720B0001
 
Archive Date
01/15/2023
 
Point of Contact
Mary Fronck, Contracting Officer, Phone: 4155036554, Theodore Turney, Phone: 4155036990
 
E-Mail Address
mary.fronck@usace.army.mil, Theodore.T.Turney@usace.army.mil
(mary.fronck@usace.army.mil, Theodore.T.Turney@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, San Francisco District (SPN) is pleased to announce the upcoming advertisement for the project titled: “South San Francisco Bay Shoreline Project.” This project will be competitively advertised under full and open competition, as an Invitation for Bid (IFB) procurement, utilizing Federal Acquisition Regulations (FAR) Subpart 14. The Government is preparing to issue this advertisement in the next 30 days, with an announcement in December 2019; but be advised, these dates are subject to change. This advertisement will be available for a period of 40 days, with a small window for bidders to ask questions. In an effort to assist interested firms in this project, the following data is made available: NAICS Code: 237990Estimated Project Cost is between $25M-$100MEstimated Advertisement Date: December 9-15, 2019Estimated Closing Date: January 17-24Estimated Site Visit: TBDJOB DESCRIPTION: The work consists of levee construction of the South San Francisco Bay Shoreline Reach 1, with an option for Reach 2/3, Santa Clara County, California. Reach 1 work consists of the construction of a new earth embankment levee from the Alviso Marina Parking in a generally North-South Alignment. The new levee will be approximately 4,200 feet long. The levee crest will have a finished elevation of approximately 15.2 feet and a 16-foot width. The levee crest will be overbuilt to accommodate soft bay mud foundation settlement. Side slopes will be constructed at 3:1 (H:V). The levee will include a geotextile erosion matting on the Bay Side of the levee, and buried chain link fence rodent control barrier on the protected side of the levee as well as geo-grid reinforcement. The levee will then be hydro-seeded. The levee crest will be paved with an aggregate base roadway. The levee will be founded on Bay Mud, and will need to be filled in stages due to potential slope instability of filling too fast on bay mud. A consolidation period of several months is anticipated between stage 1 and stage 2 levee construction. Instrumentation monitoring of the consolidation progress is part of the project. The new levee will partly overlap an existing earth berm. The existing berm and required foundation excavation soils will be placed to the west of the constructed levee alignment. Due to the potential for disturbance of the foundation soils, a test section demonstrating successful construction means and methods is required prior to advancing foundation excavations for the whole project.The South San Francisco Bay Shoreline Reach 2/3 project consists of the construction of a new earth embankment levee from the Union Pacific Rail Road to Artesian Slough, running in a generally east-west direction along the former Cargill Pond A16. The new levee will be approximately 4,600 feet long. The levee crest will have a finished elevation of approximately 15.2 feet and a 16-foot crest width. The levee crest will be overbuilt foundation settlement. Side slopes will be constructed at 3:1 (H:V). Buried chain link fence rodent control barrier on the both sides of the levee as well as geo-grid reinforcement at the foundation level. The waterside slopes will have a slope break at about elevation 7 feet with a slope of about 6:1 (H:1). The levee will then be hydro-seeded. The levee crest will be paved with an aggregate base roadway. The levee will be founded on alluvium, by excavating through the site surficial bay mud. Excavation spoils will be placed in Pond A12 for use ecotone fill. A temporary Rail Road Crossing will be constructed to allow transport of excavation spoils across the rail road.Levee fill soils will largely be required to be imported to the project, with some fill on-site provided by the government. Approximately 130,000 loose CY of Government furnished fill will be on site in pond A-12. Imported (non-Government furnished) fill soil sources will require review and testing by the USACE and RWQCB environmental and geotechnical parameters in accordance with the project specifications.A water control structure near the north end of the project will be demolished and replaced at a new location as part of this project. Additionally, a pump station outfall crossing the levee will need reconstruction per USACE standards, and drainage culverts near the south end of the project will need removal. A pedestrian overlook structure will be demolished and replaced adjacent to the Alviso Marnia. As part of Reach 2/3 the existing pedestrian boardwalk will require partial demolition and reconstruction; several signs and park benches will be required to be installed across the project.The project also includes the site preparation of the USACE construction office on the staging area on Gold Street, hookup of utilities, and trailer janitorial services. The office building will be USACE’s property and will remain on-site after the construction contract is closed. The project has numerous environmental requirements, including work hour restrictions, biological surveys, seasonal biological monitoring requirements, seasonal work restrictions that may vary by project locations, and haul truck traffic restrictions, sediment control, water quality control, and other considerations. All labor, equipment, and materials required to construct the project is included in the scope unless otherwise specified. Project shall be completed in accordance with the project plans, specifications, permits, regulatory guidance and applicable contract clauses.BE ADVISED this not an advertisement but rather a PRE-SOLICITATION NOTICE to inform the marketplace of SPN’s upcoming advertisement. For all questions related to this notice and upcoming procurement, please send your inquiries to:Contracting Officer; Theodore Turney, Theodore.T.Turney@usace.army.milContract Specialist, Mary Fronck, Mary.Fronck@usace.army.milHere are some additional considerations related to this upcoming procurement:Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as BetaSam (beta.sam.gov) once the IFB is issued. Viewing/downloading documents from BetaSam will require prior registration in SAM System for Award Management (www.SAM.gov). If you are a first-time BetaSam user, you will also be required to register in Login.Gov and link your account to a new Beta.Sam.Gov account before accessing the IFB documents. To register, visit Beta.Sam.Gov, select Contract Opportunities, Select Contractor Quick Start Guide, and utilize the instructions that match your current registration status with BetaSam or Login.Gov. The following information will be required: SAM System for Award Management (SAM) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with BeatSam, interested parties will then be able to log in and access the IFB documents. Important Note: Solicitation documents can be accessed ONLY through BetaSam. Please note that ALL contractors who want to register with BetaSam must be SAM registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the Contract Opportunities homepage link, Contractor Quick Start Guide. The only PLAN-HOLDERS/BIDDERS LIST now available is via BetaSam. 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: (Prime/Sub) XYZ Construction, or XYZ Construction (Prim/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d9e0982555b40b68a6673b7ba6735d6/view)
 
Place of Performance
Address: 1486, CA, USA
Country: USA
 
Record
SN05498601-F 20191121/191120094808 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.