Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2011 FBO #3367
SOURCES SOUGHT

Y -- McCOOK MAIN TUNNEL SYSTEM (MTS), CHICAGOLAND UNDERFLOW PLAN (CUP) McCOOK RESERVOIR, IL

Notice Date
2/10/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
 
ZIP Code
60606
 
Solicitation Number
W912P6-11-S-0001
 
Point of Contact
Regina G. Blair, Phone: 312-846-5371
 
E-Mail Address
regina.g.blair@usace.army.mil
(regina.g.blair@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The Chicagoland Underflow Plan (CUP) McCook Reservoir project is being implemented to reduce combined sewer overflows (CSOs) and flooding in the Mainstream and Des Plaines Tunnel systems served by the Metropolitan Water Reclamation District of Greater Chicago's (MWRDGC) Tunnel and Reservoir Plan (TARP). The McCook Reservoir is currently being constructed out of bedrock being mined from a limestone quarry at the MWRDGC Lawndale Avenue Solids Management Area (LASMA) site. A Distribution Tunnel System to empty the reservoir has been completed with the exception of a final connection to McCook reservoir. Originally authorized in the Water Resources Development Act of 1999, the McCook Reservoir is a key component of Chicago's ongoing TARP, providing approximately 10 billion gallons of additional CSO storage to the MWRDGC network. In order to minimize flood damages (during periods of peak flow) to the City of Chicago and 36 surrounding suburban communities, the reservoir will store excess CSO water from TARP's Mainstream and Des Plaines Deep Tunnel systems until the floodwaters levels recede. This stored CSO will then be pumped to the Stickney Water Treatment Plant for treatment and appropriate discharge to the TARP network. The Main Tunnel System (MTS) will connect the Mainstream Tunnel to the Reservoir and will consist of a large diameter tunnel and a bifurcated gate chamber, a gate shaft housing two set of gates (main gates & guard gates), a control and service building at the ground surface, Mainstream Tunnel connection, and McCook Reservoir portal connection. The McCook Reservoir is located in a limestone quarry whose mining operations will be concurrent with the construction of the MTS. The walls are near vertical unfinished limestone. The MTS includes the following major components: ▪ Main Tunnel - a 1,600 foot long, 33-foot inside diameter (ID) tunnel extending from the Mainstream Tunnel to the McCook Reservoir, bifurcated through a Gate Chamber (Main Gate/Access Shaft location); ▪ Main Gate/Access Shaft - an 88-foot ID shaft located near the midpoint of the Main Tunnel alignment and extending some 285-feet below existing grade to facilitate installation of the gate assembly. The rough excavation and temporary support is provided under another contract and this contract will finish said shaft to facilitate installation of the gate assembly; ▪ Construction Shaft (Optional) - a 25-foot ID shaft located approximately 400-feet downstream of the Mainstream Tunnel connection, extending some 285-feet below existing grade, to facilitate Main Tunnel construction upstream of the rock plug location and the connection to the Mainstream Tunnel while isolating the work being performed from the Main Gate/Access Shaft during a storm event; ▪ Gates - installation of three, steel wheel gates (one main gate & two guard gates) on each of the bifurcated trunks (six gates total) along the MTS alignment, as well as the associated gate control structures. Fabrication of the gates, the gate embedments, the hydraulic components and the controls will be completed by others; and ▪ Connections - engineered connections on each end of the Main Tunnel alignment at the Mainstream Tunnel and the McCook Reservoir (i.e. Main Tunnel portal). At a minimum, the MTS construction will require coordination with the MWRD's ongoing operations and maintenance of the LASMA facilities and TARP system, as well as the concurrent mining operations of the McCook Reservoir. Should this Agency issue a formal solicitation for these requirements, prospective offerors will be required to submit enough technical information to allow an in-depth technical analysis of their proposed systems. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors that are capable of meeting all of the above requirements. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your company currently registered with the Central Contractor's Registration (CCR) Database? If not, has it been registered or does it plan to register? 2. In consideration of NAICS code 237990, with a small business size standard in dollars of $33.5 Million, which of the following small business categories is your business classified under, if any? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) 4. Is the potential offeror capable of obtaining performance and payment bonds for a project valued at $250,000,000? 5. Is the potential offeror a small-business interested in performing as a subcontractor to one of the items of work described in items 8 through 11? 6. Is the potential offeror capable of adhering to a Small Business Subcontracting Plan where at least 50% of the subcontracting dollars will be requested to be performed by a small business? 7. Based on the general scope of work provided in this notice and industry standard production rates, provide an estimated period of performance assuming award occurs in late 2011 and rounded to the nearest month. 8. Does the potential offeror have experience in constructing the following size excavations in bedrock using drill-and-blast and/(or) sequential excavation techniques: •a. Ten foot (10') to less than twenty foot (< 20') in diameter, or; •b. Twenty foot (>= 20') to less than thirty foot (< 30') in diameter, or; •c. Thirty foot (>= 30') to less than forty foot (< 40') in diameter, or; •d. Excavations greater than forty feet (40') in diameter? 9. Does the potential offeror have experience in installing hydraulically operated, steel, wheel gates of the following sizes, dimensions and weights: •a. Nine foot (9') by fifteen foot (15') or an equivalent square footage less than or equal to 135 square feet. Was the weight greater than or less than thirty-two (32) tons? •b. Twelve foot (12') by twenty-two foot (22') or an equivalent square footage greater than (a) but less than or equal to 264 square feet, or; was the weight greater than or less than sixty-three (63) tons? •c. Fifteen foot (15') by thirty foot (30') or an equivalent square footage greater than (b) but less than or equal to 450 square feet, or; was the weight greater than or less than 107 tons? •d. Gates of a larger dimension or size than that of (c)? 10. Does the potential offeror have experience constructing lateral connections to existing tunnel systems of the following sizes: a. A ten foot (10') to less than twenty foot (<20') in diameter lateral connecting to a tunnel that is greater than or equal to the lateral diameter, or; b. A twenty foot (20') to less than thirty foot (<30') in diameter lateral connecting to a tunnel that is greater than or equal to the lateral diameter, or; c. A thirty foot (30') to less than forty foot (<40') in diameter lateral connecting to a tunnel that is greater than or equal to the lateral diameter, or; d. Lateral connections of a diameter greater than forty foot (>40') in diameter? 11. If the response was "Yes" to any sub-item of Question 9, were any of the connections made to "live" tunnels that required the existing flows to be maintained? If so, circle the sub-items above to indicate those where this was the case. SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Regina Blair prior to 4:30 p.m. (CDT) on 1 March 2011 via email to: regina.g.blair@usace.army.mil (ensure that the number of the Sources Sought Notice of "W912P6-11-S-0001" is included in the subject line of the email). Or, Respondents are welcome to mail their submittals to: Regina G. Blair, Chief, Contracting Branch, via FAX to: 312-886-5475 (please mark the transmittal form with the sources sought announcement number W912P6-11-S-0001). POINT OF CONTACT for this action is Regina Blair; telephone: (312) 846-5371.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-11-S-0001/listing.html)
 
Place of Performance
Address: McCook Reservoir, Illinois, United States
 
Record
SN02376954-W 20110212/110210234100-c866fd44e3987d9f191bc51b19c50dc5 (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.