SOLICITATION NOTICE
38 -- Tuttle Creek Dam Foundation Modification Project
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-04-R-0024
- Response Due
- 11/30/2004
- Archive Date
- 1/29/2005
- Point of Contact
- Rosalind M. Whitfield, (816)983-3923
- E-Mail Address
-
Email your questions to US Army Engineer District, Kansas City
(rosalind.m.whitfield@nwk02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION The U.S. Army Corps of Engineers, Kansas City District intends to issue a full and open competition solicitation on or about October 15, 2004 for the Tuttle Creek Dam Foundation Modification Project, located in Manhattan, Kansas. This will be a Constructi on Manager at Risk project. The scope of services under this proposed contract includes Preconstruction Services with options for a Test Program, Geotechnical Baseline Report, Cutoff Wall Installation, and Construction. A fixed-price contract is contempl ated. The contractor will be competitively chosen using Best Value Source Selection procedures. For this contract, technical factors, when combined, are significantly more important than cost or price (see FAR 15.101-1 trade offs). PROJECT INFORMATION Tuttle Creek Dam is located on the Big Blue River, in the Kansas River basin, approximately 6 miles north of the City of Manhattan in eastern Kansas. Tuttle Creek Lake covers approximately 12,500 surface acres at normal pool with over two million acre-fee t of storage below the flood control pool. The dam is a rolled earth fill and hydraulic fill embankment, 7,500 feet in length, standing 137 feet high with a crown width of 50 feet and a base width of 1,050 feet on an alluvial foundation. The dam is located in a zone of moderate seismicity dominated by the Nemaha Ridge and Humboldt fault zone. Seismic and geotechnical investigations have established that an earthquake larger than a 5.7 magnitude could cause liquefaction of the foundation sands and potential failure of the embankment. The Maximum Credible Earthquake for consideration at the dam i s a 6.6 magnitude. Depending on the magnitude of the earthquake, significant deformation of the entire embankment, and release of the lake is possible. In order to address the risk of embankment breach during an earthquake, the foundation under the embankment is to be stabilized using jet grouting to mix cement into the foundation sands under the upstream slope of the dam and deep soil mixing to accomplis h similar goals beneath the downstream slope of the dam. This ground modification project could potentially involve the treatment of over 400,000 cubic yards of soil. A cement cutoff wall that extends to bedrock beneath the dam to depths of up to 180 feet to stop normal seepage through the sand beneath the dam is also required. The project web site is http://www.nwk.usace.army.mil/projects/tcdam/index.htm. The Tuttle Creek Evaluation Report and Environmental Impact Statement are available for download fr om the web page and will be included in the solicitation for specific background on the project. Report appendixes not included in electronic format are available in hard copy from the Project Management point of contact listed below. Historic contract d rawings and historic subsurface information will also be provided with the solicitation. SERVICES REQUIRED The Contractor must provide personnel, equipment, and materials as needed to perform all required services including, but not limited to, those described in this solicitation. The Contractor must maintain a team with the expertise and capability to manag e and coordinate the timely and orderly services during preconstruction, test program, geotechnical baseline report, cutoff wall installation, and construction of the proposed project. The Contractor shall be required to assign, as needed, a team consisti ng of appropriate construction professionals. The Contractor is expected to maintain the same team from preconstruction services through completion of construction. The Contractor shall assist the Government during the preconstruction phase by participating in the review and evaluation of the design and construction documentation. The Contractor is required to work with the Board of Consultants (a team of five to sev en experts in ground modification) and the Government in a cooperative team effort to develop a quality design . The Contractors principal tasks during the preconstruction phase are as follows: 1. Reviewing and evaluating designs for completeness and constructibility. 2. Development of a test program plan. 3. Preparing cost estimates and construction schedules. 4. Evaluating costs for design alternatives. 5. Conducting VE analyses as needed to support cost and constructibility initiatives. 6. Performing administrative and other services as defined in the scope of work. This award is only for the preconstruction phase of the Tuttle Creek Dam Foundation Modification Project. Subsequent work will be awarded based on mutually agreed upon and separately negotiated options for a full scale field demonstration ground modificat ion test program, cooperative development of a geotechnical baseline report, jet grouted cutoff wall installation, and all remaining ground modification and associated work. The primary purpose of the Geotechnical Baseline Report is to establish an agreed upon statement of the geotechnical conditions anticipated to be encountered during construction. The government anticipates award of this contract by February 2005. Award of the test program option, geotechnical baseline report option, and cutoff wall installation option are tentatively scheduled for the spring of 2005. Award of the construction opt ion is tentatively scheduled for the fall of 2005, subject to authorization and appropriation of funds for the project by Congress. The Government does not guarantee award within this period nor shall the Government be liable for any costs should award oc cur before or after this period or occur at all. Estimated combined project cost range (preconstruction services, test program option, geotechnical baseline report option, cutoff wall installation option, and construction option) is estimated to be betwee n $150,000,000 and $200,000,000. The contractor selected under this solicitation shall provide design review input, cost estimating, value engineering, scheduling, and general construction services. The contractor shall be a member of the project develop ment team during design and construction phases, along with the Corps of Engineers, Kansas City District the selected Board of Consultants A-E Firm, and other government entities. Extent of participation during design as well as cost will be considered wh en deciding to award the various options. PROPOSAL SUBMISSION REQUIREMENTS Proposals will be evaluated using a best value request proposal. A request for proposal outlining specific requirements will be issued on or about October 15, 2004. REGISTRATION FOR SOLICITATION This solicitation will be issued on CD. Offerers must register to receive the solicitation. The NAICS code for this project is 237990, the SIC code is 1799, FSC code is Y211. THIS PROCUREMENT IS UNRESTRICTED. If you are a large business, are selected f or this effort and your proposal exceeds $1 million, you will be required to submit a subcontracting plan with goals for small, Hub Zone, small disadvantaged, small woman-owned and small veteran-owned concerns. For the purposes of this procurement, a conc ern is considered a small business if its annual average gross revenue, taken for the last three fiscal years, does not exceed $27,500,000. All potential offerers are reminded, in accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATI ON (MAR 1998), lack of registration in the CCR database will make an offerer ineligible for award in accordance with FAR 5.102(a) (7). PREPROPOSAL CONFERENCE A preproposal conference and site visit will be held. The date, time, and location will be posted on the district website. This conference will provide general information such as how a best value evaluation works at the Kansas City District office, impo rtant things to remember for a successful proposal, past performance information, etc. An organized site visit will follow the conference. Unescorted site visits may be arranged separate from this date and time by contacting Brian McNulty at the Tuttle Creek Project office at 785-539-8511 ext. 12. Access to Tuttle Creek Dam requires check in at the project office and a valid photo identification. To m ake the most of the conference you are encouraged to carefully review the solicitation and submit any questions or comments two business days before the conference to Carlos Clayton at carlos.e.clayton@nwk02.usace.army.mil. Where possible these questions will be answered at the conference. Additional questions may be submitted in writing at the conference. All responsible sources may submit a proposal, which shall be considered by the agency. For additional contracting opportunities, visit the Army Sing le Face to Industry at http://acquisition.army.mil/. Points of contact for this solicitation are contractural, Carlos Clayton, (816) 983-3746, carlos.e.clayton@nwk02.usace.army.mil; Technical, William Empson, (816) 983-3556, william.b.empson@nwk02.usace .army.mil; Small Business Programs, Arthur Saulsberry, (816) 983-3927, arthur.e.saulsbury@nwk02.usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN00647620-W 20040821/040819212608 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |