SOLICITATION NOTICE
Y -- RECOVERY--Y--Shotcrete Replacement of Laurel Dam, Nashville District U.S. Army Corps of Engineers
- Notice Date
- 7/9/2009
- Notice Type
- Presolicitation
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Nashville, USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-09-B-0016
- Response Due
- 8/26/2009
- Archive Date
- 10/25/2009
- Point of Contact
- Yvette Walker, 615-736-7944<br />
- E-Mail Address
-
USA Engineer District, Nashville
(yvette.walker@us.army.mil)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- RECOVERY--DESCRIPTION: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an invitation for bid (IFB), W912P5-09-B-0016 for the shotcrete replacement of the Laurel Dam project located in Eastern Kentucky. The work to be performed involves rehabilitation of slope protection at the Laurel Dam project. The Laurel Dam site is located on the Laurel River, 2.3 miles above its confluence with the Cumberland River, 21 river miles west of Corbin Kentucky. It lies on the borders of Laurel and Whitley Counties. The existing gunnite slope protection was placed to protect a steep shale outcropping. It has deteriorated and needs to be removed and replaced with new fiber reinforced shotcrete. The work area is located along the right abutment of the dam, on the first bench above the powerhouse. The work involves demolition of a 200 foot long, by 20 foot high stretch of gunnite, scaling of the underlying shale, and application of fiber reinforced shotcrete over the newly exposed shale. The work includes scaling of the shale slope, to remove weathered and loose material, and installation of strip drains, for drainage of the slope behind the shotcrete. NAICS and SET-ASIDE INFORMATION: The proposed NAICS code is 238110 utilizing a SIC of 1771. The small business size standard for NAICS code 238110 is $14M. This acquisition is set aside to HUBZone small business concerns. PRE-BID SITE VISIT INFORMATION: A pre-bid site visit for this procurement has been scheduled for August 3, 2009, 1:00 p.m. EDT at the bluff of the Laurel Power Plant, 2060 Power Plant Road, London, Kentucky, 40744-9737. This will be the only pre-bid site visit for this project. If you miss the scheduled pre-bid site visit, no other arrangements will be made due to personnel and time restrictions. PRE-BID SITE VISIT REGISTRATION ENCOURAGED FOR ALL POTENTIAL BIDDERS: Potential bidders are encouraged to send an email to Yvette.Walker@usace.army.mil to request registration for this pre-bid site visit no later than 12:00 noon CDT on July 24, 2009. Please include the following information in your email: (1) CAGE code, (2) number of participants from your firm attending the site visit, (3) a primary point of contract from your firm to include their title, telephone number, fax number, and email address. The subject of your email message shall be addressed as follows: Registration Request for Pre-Bid Site Visit, Laurel Shotcrete Solicitation W912P5-09-B-0016. NOTICE TO FOREIGN NATIONALS WHO ANTICIPATE ON ATTENDING THE PRE-BID SITE VISIT: Due to security restrictions, the following information is provided by the Nashville District USACE Security Management Office for foreign nationals wishing to attend the pre-bid site visit: Guidance for Foreign Nationals on Pre-Bid Meetings, etc.: Any pre-bid meeting which will cover anything other than public domain information should be limited to US citizens. Foreign nationals wishing to attend a pre-bid meeting, which will include information not provided to the general public, need to provide the information listed below to the Nashville District Security Management Office two weeks in advance of the scheduled pre-bid site visit (not later than 19 July 2009) to obtain required approval. Exceptions to the two-week requirement will be considered on a case-by-case basis, but will be limited. Where Foreign Nationals Shall Send Requested Information: The information sent to the Nashville District Security Management Office shall be sent via email to Mrs. Connie F. Hardeman at Connie.F.Hardeman@usace.army.mil with courtesy copy of the email message to Mr. Tracy Dorrough at Tracy.Dorrough@usace.army.mil. The subject of your email message shall be addressed as follows: Request for Access to Corps Facility, Laurel Shotcrete Solicitation W912P5-09-B-0016 Foreign Nationals: In accordance with Engineering Regulation, ER 380-1-18, Section 4, all foreign nationals who work on Corps of Engineers contracts or task orders shall be approved by the Headquarters US Army Corps of Engineers (HQUSACE) Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes subcontractor employees. The contractor shall submit to the Nashville District Security Manager, the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the U.S. Such documentation may include a U.S. passport, Certificate of U.S. Citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), Alien Registration Card with photograph (INS Form I-151 or I-551), Employment Authorization Card (INS Form I-688A), etc. All foreign nationals shall be escorted at all times by a cleared federal employee unless approved by the Nashville District Security Manager on a case-by-case basis. TYPE OF CONTRACT: From this IFB, the Government intends to award one firm-fixed price contract. The Government intends to award without discussions. ANTICIPATED SOLICITATION RELEASE DATE: The anticipated release date for IFB W912P5-09-B-0016 is on or about July 28, 2009 with a projected bid opening date of August 26, 2009. The IFB documents for this procurement will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, all potential offerors responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the IFB number, company name, address, email address, phone number including area code, facsimile number, and point of contact. Bidders must be successfully registered in the Central Contractor Registration (CCR), www.ccr.gov, in order to receive a Government contract award. The Contract Specialist for this solicitation is Yvette Walker, telephone: 615-736-7944, fax: 615-736-7124, email: Yvette.Walker@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-09-B-0016/listing.html)
- Place of Performance
- Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN<br />
- Zip Code: 37202-1070<br />
- Zip Code: 37202-1070<br />
- Record
- SN01869783-W 20090711/090709235333-3d63091f20cb3f8169ce9b2941ea8f1d (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 |