Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOLICITATION NOTICE

Z -- Delta Clearwater Remediation Project - ALASKA

Notice Date
3/2/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Alaska State Office, 800 W. Evergreen Ave., Suite 100, Palmer, Alaska, 99645-6539
 
ZIP Code
99645-6539
 
Solicitation Number
AG-0150-S-11-0002
 
Point of Contact
Jerry Soper, Phone: 907 761-7744
 
E-Mail Address
jerry.soper@ak.usda.gov
(jerry.soper@ak.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Department of Agriculture, Natural Resources Conservation Service, Alaska State Office plans to issue a Request for Bids for procurement of the following: Contractor shall furnish all necessary labor, materials, equipment, tools, and supervision for the Delta Clearwater Remediation Project located approximately 14 miles east of Delta Junction, Alaska. This remediation project seeks to restore most of the existing construction site to natural conditions, to repair the armored channel near the Alaska Highway, and to disperse concentrated flows in the 1408 road corridor thereby minimizing the potential for erosion and sediment transport from the site. The location of the project is (closest community) Delta Junction, ALASKA. The construction of the Delta Clearwater Remediation Project is planned to be staged to minimize flood risk to the project site during construction and to comply with environmental requirements such as Construction General Permit (Stormwater Pollution Prevention Plans) and associated best management practices. Stage one of construction will include construction of approximately 20 water bars along the existing 1408 trail upstream from the project. Restoration of the drill line will be the second component of stage one construction. The drill line extends west approximately 9,900 feet from the west end of the existing infiltration basin. Restoration of this area consists of spreading existing spoil materials along the drill line back over the disturbed area of the drill line. These existing spoil materials currently lie along the south edge of the drill line and run for the entire length. Stage two of construction is focused along the main diversion basin, side inlets, training dikes, and spoil piles of the existing project works. Work to be done in this stage includes removal of the existing training dikes, placing compacted earthfill in erosion scars, side inlets, and the main diversion basin, and removal of the existing spoil piles. The fill material obtained from removal of the training dikes and spoil piles shall be used to fill the areas mentioned above. Additional fill will also be needed and this material shall be obtained from the removal of the existing 1408 levee and off-site borrow source. The entire disturbed area will be topsoiled, covered with woody debris, seeded to temporary grass cover, and planted with live willow stakes and woody shrubs. Upon completion of the work at the main diversion basin efforts shall then progress to remediation of the 1408 levee corridor (stage 3). The fill material of the levee will have already been removed as the materials will have been needed to fill the side inlets and diversion basin from stage 2. Therefore, the remediation work remaining to be done in this stage will be primarily final grading and water bar construction followed by topsoiling and spreading of large woody materials as described above for stage two construction. Stage four of the remediation effort is focused on the splitting channel near the Alaska Highway. Remediation efforts on the splitting channel will involve removal of all rock riprap from the inlet slope and portions of the bottom of the splitting channel. The area where the riprap was removed shall then be covered with a graded sand filter followed by non-woven geotextile, placement of gravel bedding material on the geotextile, and finally replacement of the salvaged rock riprap and any new riprap needed to completely fill the design matrix. The full details of the work are as defined in the design drawings, specifications, and contract documents. Contractor will perform work to include controlling erosion and minimizing the production of sediment and other pollutants to water and air from construction activities. Additional specifications are listed in the statement of work which will be included with the Solicitation when issued O/A March 14, 2011. The proposed contract action is for construction the Government intends to acquire using FAR Part 14 procedures, i.e., Sealed Bid. The North American Industrial Classification System (NAICS) Code is 237990 - Other Heavy and Civil Engineering Construction. The work must be completed in accordance with the specifications and drawings. The estimated price range is over $10,000,000. All responsible sources may submit an offer which will be considered by the agency. This solicitation will not be issued in paper form. Solicitation documents may be accessed for download from the Federal Business Opportunities (Fed Biz Opps) website beginning on the date of issue at the following site: http://www.fedbizopps.gov. Any amendments issued to the solicitation will be posted on this website. Prospective quoters are responsible for checking the website for amendments up to the date and time proposals are due. Firms must be currently registered in the Central Contractor Registration (CCR) database and ORCA database in order to be awarded a contract. No plan-holders list will be available for this project from the Natural Resources Conservation Service. Prospective Contractors are encouraged to register their interest by entering their information in the Interested Vendors List for this solicitation in Fed Biz Opps. Submittals due before the Notice to Proceed is issued include, but are not limited to: Standard schedules, performance charts, instructions, brochures, diagrams, etc. Contractor shall comply with the requirements of: Storm Water Pollution Prevention Plan Guide by the Alaska Department of Transportation and Public Facilities. The SWPPP must be reviewed and approved by NRCS before submittal to ADEC. Additional Specifications / Requirements are contained in the Statement of Work. These will include a Construction Schedule, SCS-AS-52, Bonding, and Insurance requirements. (The Construction Schedule must be approved BEFORE a Notice to Proceed will be issued.) A SITE VISIT will be held. Those firms having technical questions concerning the Statement of Work should submit them in WRITING to Mrs. Soper BEFORE APRIL 4, 2011 and they will be answered at the site visit. SITE VISIT IS ANTICIPATED TO BE HELD APRIL 6, 2011. Site Visit Attendance is strongly advised in order to understand the true scope of work. If you wish an email notification of the Site Visit, please furnish your Email address to Mrs. Soper at the below address no later than APRIL 4, 2011. Solicitation package ISSUE DATE is approximately MARCH 14, 2011. The package and all amendments will be listed on Fed Biz Opps. Written quotes will be due on / about APRIL 13, 2011. Mrs. Jerry Soper, Natural Resources Conservation Service, 800 West Evergreen, Suite 100, Palmer, Alaska 99645. FAX (907-761-7790) or Email: jerry.soper@ak.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/AKSO/AG-0150-S-11-0002/listing.html)
 
Place of Performance
Address: Alaska Highway, 1408 road corridor, DELTA JUNCTION, Alaska, 99731, United States
Zip Code: 99731
 
Record
SN02391301-W 20110304/110302234319-e2a604006ff9d03af3c503f0de8c8bf7 (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.