Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOURCES SOUGHT

Y -- Upstream Lock Monolith, Kentucky Lock Addition Project, US Army Corps of Engineers Nashville District

Notice Date
9/2/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-09-S-0004
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Kristal Jones, (615) 736-7916
 
E-Mail Address
USA Engineer District, Nashville
(kristal.r.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT: This action is being considered for set-aside to small business concerns who are either 8(a), Service Disabled Veteran Owned, or HUBZone certified. Potential contractors may also fall under more than one set-aside classification. This announcement is not an Invitation for Bid (IFB) or Request for Proposal (RFP). SUBMITTALS: Interested potential prime contractors who fall under one or more of the above listed set-aside classifications and who intend to submit a bid or proposal for this potential requirement MUST submit the following information to Contract Specialist Kristal Jones either by e-mail, Kristal.R.Jones@usace.army.mil or via facsimile, (615) 736-7124, for receipt by close of business, (4:00 p.m. Central Daylight Savings Time) on Wednesday, September 16, 2009. 1.A positive statement of your intention to submit a bid or proposal for this potential procurement as a prime contractor; 2.A copy of the letter from the Small Business Administration (SBA) stating the acceptance to the 8(a) small business program or date of Service Disabled Veteran Owned small business certification or date of HUBZone small business certification; 3.A letter from your bonding agent stating your firms capability to bond for a single project of $50,000,000.00, and your firms aggregate bonding capacity; and 4.Detailed descriptions of projects your firm has completed as a prime contractor which are similar in scope to the work outlined under PROJECT DETAILS below. All of the above must be submitted in sufficient detail for a decision to be made on availability of 8(a), Service Disabled Veteran Owned, or HUBZone certified small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this potential procurement. A decision on whether this procurement will be pursued as an 8(a), Service Disabled Veteran owned or HUBZone small business set-aside or on an unrestricted basis as full and open competition will be made following the due date and posted as a separate announcement on the Federal Business Opportunities website (www.fbo.gov) CODE OF FEDERAL REGULATIONS (CFR): The size of small business firms includes all parents, subsidiaries, affiliates, etc. Refer to 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov. All firms should also be registered in the Central Contractor Registration (CCR) database located at www.ccr.gov. PROJECT DETAILS: Project Title: Upstream Lock Monolith, Kentucky Lock Addition Project, US Army Corps of Engineers Nashville District SCOPE OF WORK: Concrete construction of the upstream 9 monoliths of the new 1200 foot long navigation lock landward and adjacent to the existing 600 foot long Kentucky Lock at mile 22.4 of the Tennessee River (Livingston County, Kentucky). Significant scope items include: 1) site demolition, 2) drilling, installation, and watertightness grouting and testing of 18 vertical and 16 inclined 30-strand anchors averaging 140 feet in length (this work will involve drilling through concrete with very tight tolerances); 3) excavation of approximately 500,000 cubic yards of overburden; 4) earthwork, roadwork, and construction of a 3000 foot long haul road and associated disposal area, 5) operation and maintenance of an automated instrumentation system comprised of bi-axial tiltmeters, joint meters, and piezometers with associated data loggers and cell phone transmission system, 6) installation and relocation of site utilities; 7) rock blasting including pre-splitting of 36,900 square feet, line drilling of 3560 square feet, and excavation of approximately 100,000 cubic yards of rock, 8) 124,000 cubic yards of concrete placement in the construction of the upstream monoliths including 4,850,000 pounds of deformed steel bar, 9) installation of approximately 750 linear feet of grout lines with an average depth of 80 feet, 10) Directional drilling and installation of 600 linear feet of 18 HDPE pipe for the pit drainage system. The rock excavation associated with this contract will have exacting tolerances in some areas and strict requirements on accelerations being experienced by adjacent structures. The concrete placed in this contract is 3 aggregate mass concrete that will likely require an onsite batch plant with cooling capability. Wall armor and other embedded metals will be required to be located to close tolerances in the concrete placements. This contract is expected to have a contract duration of approximately 26 months which will probably require at least two shifts per day for many of the scope items. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated magnitude range is $25,000,000.00 and $100,000,000.00 TYPE OF CONTRACT: Firm Fixed Price Construction Contract NORTH AMERICAN INDUSTRIAL CLASSIFICIATION SYSTEM (NAICS) code: 237990 SIZE STANDARD FOR NAICS code: $33.5 million in average annual receipts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-09-S-0004/listing.html)
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN01937901-W 20090904/090903001105-8107d1c7849a237426f88e070e8f155d (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 |
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.