Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

Y -- Rock Weir Dam to Provide Fish Passage in Augusta, GA

Notice Date
3/25/2020 11:26:41 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN-20-R-5006
 
Response Due
4/3/2020 11:00:00 AM
 
Archive Date
03/15/2021
 
Point of Contact
Jennifer Cavanagh, Phone: 9126525539, Whittni C. Hiscox, Phone: 9126525421
 
E-Mail Address
jennifer.s.cavanagh@usace.army.mil, whittni.c.hiscox@usace.army.mil
(jennifer.s.cavanagh@usace.army.mil, whittni.c.hiscox@usace.army.mil)
 
Description
This is a Sources Sought/Request for Information only.� This is not a Solicitation Announcement, nor is it a Request for Proposal.� This request does not obligate the Government in any contract award.� The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for civil works construction.� The result of this market research will contribute to determining the method of procurement.� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990.� The expected magnitude of construction for this project is more than $10 million.� The contractor will build a rock weir dam and remove the New Savannah Bluff Lock and Dam in Augusta, Georgia. The structure will be a terraced cross section of rock.� The bottom elevation of the structure varies across the ramp going from the shallowest depth along the South Carolina bank to the deepest depth along the Georgia bank. The contractor will configure the rock boulders in a manner that provides a weir surface over and between the boulders throughout the length of the ramp. The structure will have an average slope no steeper than 2% (1:50) between the base to the top of the ramp.� All access to the construction site at will be primarily on the Georgia side of the river.� The contractor will construct a floodplain bench which includes removal of approximately 10 ft depth of soil along the banks on the Georgia side of the river over an area of approximately 16 acres.� After excavation, the contractor will add gravel or seed the floodplain with grass seed. Woody vegetation (trees and shrubs) will not be allowed to grow in the floodplain bench as they would act as an obstruction to the flow of water across the bench. The bench will be lined with riprap to protect the newly formed banks from erosion on both banks (Georgia and South Carolina).� The contractor will construct an access road to provide access to a new parking lot and boat ramp.� The access road will run along the north side of the park area leading from the existing park road system around the floodplain bench. This roadway may serve as a haul route for materials and equipment during construction and an as an access road upon completion of the construction activities. Construction will take place in and around the Savannah River.� The contractor will be required to maintain minimum pool levels for water supply and recreation throughout construction and demolition of the existing dam structure.� Construction will use temporary cofferdams and staged construction of the fixed crest weir. The pool will be held in place by the gated structure at the NSBLD until the fixed crest weir is in place and able to hold the pool without the aid of the NSBLD. The work is anticipated to take place in multiple stages where a cofferdam would be constructed in the river potentially between gates 2 and 3 and extend upriver through the full length of the structure. The cofferdam would then turn and tie-in to the bank. It is expected that the cofferdam will be constructed in the wet with marine-based equipment. Once constructed, the area within the cofferdam would be dewatered allowing work to construct the fixed crest weir and fish passage structure to proceed in the dry using more conventional heavy civil construction equipment. The pool will then be regulated through the use of the remaining gates on the structure. Once work is completed behind the first stage cofferdam the cofferdam would be reconfigured allowing water flow through the newly completed project area while the remaining area is dewatered behind the reconfigured cofferdam. Once is completed the cofferdam would be removed allowing the structure to pass water flow as designed. Construction activities within the water will take place utilizing barges, activities that are on land will require the use of heavy civil construction equipment to include cranes, excavators, dump trucks, rollers, etc. Several rock quarries have been identified within a 20 mile radius of the project area. Weir stones will be sourced from local rock quarries.� The river is prone to varying water levels due to rainfall and regulated releases from J. Strom Thurmond Dam.� The contractor should consult the webpage http://water.sas.usace.army.mil/gmap/ and consider plans for removing equipment in high flow conditions.� Construction activities will include demolition and removal of the NSBLD and all the appurtenant features to include the lock wall, the esplanade, the fender system, gates, piers, walkways, generator, electrical motors, hydraulic systems, and the operations building. The demolished material will be removed from the site and disposed at an appropriate location or may be reused for construction of the rock weir.� The plans and specifications will provide information about hazardous material removal and disposal. The Government intends to host an industry day for this�project at a date to be determined.� If you are interested in participating in the industry day to learn more about this project and/or your organization has the potential capacity to perform these services, please submit the following to the Point of Contacts (POC) information listed below: Name and Address of your Firm Point of Contact (name/phone/email) Company website Data Universal Numbering System (DUNS) number (http://www.dnb.com) Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp) Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.beta.sam.gov/) Bonding capability for your firm in terms of single and aggregated bonding Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.� Please state if you have experience in marine engineering, performing heavy civil construction in a flood plain, or other work using barges and in river cofferdams.� If significant subcontracting (self-performance is less than 15%) or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f0b412e4d9634b918ba19244f539b1f9/view)
 
Place of Performance
Address: GA 31805, USA
Zip Code: 31805
Country: USA
 
Record
SN05600508-F 20200327/200325230147 (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  © 1994-2020, Loren Data Corp.