SOURCES SOUGHT
Y -- Wahpeton Stage 3b, Levee Construction, Wahpeton, North Dakota
- Notice Date
- 11/15/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-11-SS-0001
- Response Due
- 11/22/2010
- Archive Date
- 1/21/2011
- Point of Contact
- Patricia M. Simon, 651-290-5418
- E-Mail Address
-
USACE District, St. Paul
(patricia.m.simon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, St. Paul District Contracting Division, has a requirement for work in Wahpeton, North Dakota, and is seeking interested sources from HUBZone and Service-Disabled Veteran-Owned small business concerns that are both capable of providing the specialized work required and have the capability to obtain bonding. The Statement of Work is as follows: Wahpeton 3B is the final stage of the Wahpeton Flood Reduction Project for the City of Wahpeton, North Dakota. The upstream (south) end of the project is at the south end of Chahinkapa Park. The project extends to the north through the city's park, zoo, and golf course and ties into high ground east of the cul de sac at 17th Avenue North. Major features of the project include levee construction, a road raise, stability berms, and trench drains. Levee construction is required over a 3,600 foot reach that ties into the existing levee north of the golf course club house and extends to the north to tie into high ground east of the cul de sac at 17th Avenue North. Most of this new levee is located in the golf course. Because of this levee's location, the contractor will need to complete the required work while minimizing the impact to the golf course. The site is readily accessible and the borrow source is located between the levee and the river channel. Over most of this reach the levee is one to three feet in height. Work required for levee construction includes stripping topsoil, excavation of an inspection trench, typically three feet deep or less, placement of impervious fill, placement of topsoil and seeding the finished surface of the levee. A 600 foot long portion of Hughes Drive will have to be raised where the road crosses the new levee. Work will include demolition of bituminous pavement, removal of aggregate base, removal of unsatisfactory material, levee construction and placement of new aggregate base and bituminous pavement. Stability berms will be required on the riverward side of the levee in two locations in the park. One reach is approximately 260 feet long while the other is 760 feet long. Work includes dressing the slope and placing riprap and bedding. Additionally, some shaping/removal of levee fill will be required on portions of the levee above the top of rock elevation. Three trench drains will be required to be constructed on the landward portion of the existing levee in the park and zoo. The total length of these drains is approximately 3,800 feet. The drains will be two feet wide with variable height but typically in the range of 10 feet. The drains will consist of sand with an 8 inch diameter perforated pipe with a geotextile sock placed in the center of the drain close to its top. The main concerns with the trench drains are related to potential challenges for construction. The drains are, for the most part, to be constructed under the landward slope of the existing levee in the park and zoo. Due to the existing levee heights along the drain alignments and the depths required for the base of the drains, the total depth of excavation to the base of the drains may be on the order of 20 feet. Removal of overburden on the order of 10 feet may be required just to get to the top of the drain. Due to the location of the levee in the park and zoo, site features such as structures, fencing, walkways, etc. may encroach into the work area further impacting construction. Factors such as temporary stockpiling of overburden and excavation to a safe slope could be impacted. The ability to construct the drain with a uniform thickness of two feet with vertical excavation walls could be impacted by variables such as strength of subsurface soils and the depth of groundwater. Should it be necessary to over excavate to provide a stable slope for placement of the sand drain, it becomes more difficult to backfill the excavation and keep the quantity for the sand drain to a minimum. One potential construction method to minimize the excavation would be to use a trenching machine that could excavate a two foot width and place the sand for the drain in one operation. However, construction of a two foot wide trench drain would require a very large trenching machine, which may be difficult to obtain. Also, the placement of the perforated pipe near the top of the drain may difficult to do using this method. The estimated magnitude for this project is between $1 million and $5 million. The North American Industry Classification System (NAICS) code is 237990 with a small business size standard of $33.5 million. This is not a request for proposals, but instead market research to determine interested HUBZone and Service-Disabled Veteran-Owned small business concern sources prior to issuing a solicitation. A determination by the Government on the method of competing this requirement has not been established. The Government will not award a contract based on this Sources Sought Notice or the information received, nor will it reimburse participants for the information they provide. If you are an interested HUBZone or Service-Disabled Veteran-Owned small business concern, please provide the following information: 1). Small business name and Point of Contact; 2). DUNS number and CAGE code; 3). Evidence of HUBZone or Service-Disabled Veteran-Owned small business concern status; and 4). A brief Statement of Capability (no more than 10 pages) which demonstrates the ability to meet the specialized work requirements specified in the above Statement of Work as well as the concerns bonding capability. Include any past performance information on contracts of similar size and scope, and indicate the degree of work self-performed. Also include past performance references with names and phone numbers. Electronic responses are preferred and telephonic requests for information will not be honored. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government. Responses are due no later than 2:00 p.m., Central Standard Time, on Tuesday, November 22, 2010, to the attention of Patricia Simon, Contract Specialist, via e-mail to patricia.m.simon@usace.army.mil or by fax to 651-290-5706.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-SS-0001/listing.html)
- Record
- SN02327236-W 20101117/101115233919-a65c0aebf226da209d1f43d980af4e2a (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 |