Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

Y -- Three Rivers Phase 2 Construction C-157 Containment Structure, La Grues 36"" and 60"" Culvert Replacement, and Owens Weir Bridge Culvert Near Montgomery Point, AR

Notice Date
1/29/2024 12:22:19 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST LITTLE ROCK LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S24R0002
 
Response Due
2/12/2024 2:30:00 PM
 
Archive Date
07/01/2024
 
Point of Contact
Deborah Oswalt, Phone: 5013401268, Marcus D. Mitchell, Phone: 5013401253
 
E-Mail Address
Deborah.Oswalt@usace.army.mil, marcus.d.mitchell@usace.army.mil
(Deborah.Oswalt@usace.army.mil, marcus.d.mitchell@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS.� No reimbursement will be made for any costs associated with providing this information in response to this synopsis or any follow up information requests.� Respondents will not be notified of the results of the evaluation. PROJECT DESCRIPTION: The work includes construction of a soil-cement containment structure, approximately 2.3 miles in length, associated excavating, riprap installation, installation of the Owens Weir bridge opening, replacement of culverts at La Grues Lake, the removal of the existing Goose Creek Bayou bridge bypass, and all incidental related work. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary for the construction of hydraulic structures from materials that can include, but are not limited to, soil cement, concrete, and large riprap. Project features include construction of the following: Soil-cement structure, with a crest elevation of 157.0 ft NAVD and a crest length of 12,280 ft. A new concrete access road along the top of the soil-cement structure and two access roads connecting to it at 200 ft lengths each R7400 riprap armoring of soil-cement structure for a 1,700 ft length.��The estimated quantity and sizes of riprap associated with this project are:� R7400:� 41,639 cy or 62,458 tons; Graded B Stone:� 21,954 cy or 32,931 tons. Fiber optic relocation, approximately 7,700 LF Culvert replacement and road construction, crushed stone and concrete, along Benzal Road Partial demolition of Owens Weir and placement of new prefabricated bridge culvert with soil and soil-cement backfill Repair of existing soil-cement structure between Owens Weir and Melinda turnoff Removal of the existing Goose Creek Bayou bridge bypass with the removed material to be used for construction or stockpiled at a USACE designated location The project area is located within levees near the confluences of the White, Arkansas, and Mississippi Rivers, therefore, this area is subject to large fluctuations in river elevations.� Montgomery Point Lock and Dam headwater gage is approximately 4 river miles downstream of the project location and has recorded White River elevations from 115 ft to 168 ft, with elevation 129 ft being equaled or exceeded 50% of the time.� Contractors shall be capable of mitigating schedule risk due to water elevations.� Unique construction considerations due to the river fluctuations can include, but are not limited to, the following: Long duration inundation of the work area is likely, and prospective contractors may have to demobilize when the work area is inundated. Prevention of hydraulic connection of the White and Arkansas rivers in the project area is required.� The existing soil-cement structure, which is adjacent to the new construction, shall remain intact at all times. Portions of the access road can be inundated and temporarily closed due to river elevation fluctuations.� Therefore, barge/boat transportation of equipment, personnel, and supplies should be expected. Portions of the Historic Closure are above elevation 170 ft and can be used as construction staging areas of sufficient elevation to avoid inundation.� The 2011 Mississippi event was estimated at a 1% Annual Exceedance Probability (AEP) Mississippi River flood event.� During this event, river elevations were approximately 168 ft NAVD88 at the Yancopin railroad bridge gage on the Arkansas River. Depending on river levels, underwater rock placement could exceed 30 feet. Additional Considerations All equipment staging areas shall be confined to well established/actively used areas, existing roads, or approved locations within the project area. Access routes shall be confined to existing roads, or approved routes within the project area. All work associated with this undertaking will occur within the pre-defined cultural resource survey area developed in consultation with the Arkansas State Historic Preservation Officer, the United States Fish and Wildlife Service, and appropriate Tribal Nations.� To comply with cultural resources concerns, an archeologist shall be on site at all times when excavation work is being performed. Public access through construction site shall be maintained at all times. ESTIMATED VALUE RANGE:� In accordance with FAR36/DFARS 236, the estimated value for this requirement is between $65M and $75M ESTIMATED SCHEDULE DATES: Construction Contract Award:� September 2024 Contract Completion:� December 2027 Firm�s responses to this synopsis shall be limited to 6 pages and shall include the following information: Firm�s name, address, point of contact, phone number and email address. Firm�s business size � SB, 8(a), HUBZone, SDVOSB, WOSB or LB Firm�s capability to perform the magnitude and complexity outlined in the Project. Description above (include firm�s capability to execute construction comparable work performed within the past 5 years).� Provide at least 3 examples. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project � provide at least three examples. Firm�s interest in bidding on the solicitation when it is issued. Describe your experience in Horizontal Construction in excess of $65,000,000.00 and identify you firm�s role in that endeavor. Discuss your proposed teaming arrangement�.Self perform, joint venture, Mentor Protege etc. Describe your experience in working in challenging topographic conditions. Describe your experience in working in areas that experience seasonal inundation (flooding). Provide Bonding Capacity. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include, to include the Other than Small & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small Business, Section 8(a), HUBZone, SDVOSB and WOSB are highly encouraged to participate. Estimated Duration of the project is 1096 days. The North American Industry Classification code for this procurement is 237990 (Other Heavy and Civil Engineering Construction) which has a small business size standard of $45,000,000.00. Product Service Code is Y1PZ (Construction of Other Non-Building Facilities). Small Businesses and 8(a) participants are reminded under FAR 52.219-14, Limitation on Subcontracting (Deviation 2019-o0003) that they will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials to subcontracts will count toward the 85 percent subcontract amount �that cannot be exceeded� for general construction-type procurement. Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis. Interested Firms shall respond to the Sources Sought no later than (Monday), 12th day of February, 2024, 4:30 p.m. (CST)).� All interested firms must be registered in System for Award Management (SAM) or www.sam.gov to be eligible for award of Government contracts.� Email your response to Attn:� Deborah Oswalt at Deborah.Oswalt@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f3311493d294fd3867a521137a6b299/view)
 
Place of Performance
Address: Tichnor, AR 72166, USA
Zip Code: 72166
Country: USA
 
Record
SN06948653-F 20240131/240129230050 (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.