Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
MODIFICATION

Z -- SUSPENSION OF SCOURING HOLE REPAIR

Notice Date
7/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S12R0032
 
Response Due
7/12/2012
 
Archive Date
9/10/2012
 
Point of Contact
Glenn Jenkinson, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(glenn.jenkinson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS PRE-SOLICITATION IS SUSPENDED UNTIL FURTHER NOTICE. PRE-SOLICITATIO WIL BE POSTED AGAIN AT A LATER DATE. Pre-solicitation Notice W9127S-12-B-0032: This requirement is reflective of the Sources Sought issued under W9127S12B0020 that was posted to www.fbo.gov on March 18, 2012. This solicitation will be advertised as Unrestricted. The North American Industrial Classification System (NAICS) Code is 238110 (Poured Concrete Foundation and Structure) and the Federal Supply Class (FSC) is Z999. The small business size standard is $14.0 Million. The solicitation is for a Lowest Priced technically Acceptable (LPTA) contract. The scope of work entails Repairing Scouring Holes on the Emmett Sanders Lock and Dam No. 4 located in Pine Bluff, Jefferson County, Arkansas; David D. Terry Lock and Dam No. 6, located in Scott, Pulaski County, Arkansas, and Murray Lock and Dam No. 7, located in Little Rock, Pulaski County, Arkansas. The work includes repair of eroded concrete, in the wet, in the following areas; end sill on the lock wall side, stilling basin near the lock wall, lock wall (river side) from the intersection of the lock wall and end sill and downstream. Due to complex geometries, the only cost efficient concrete repair is accomplished using the placement method of preplaced-aggregate. This includes, but is not limited to, the following processes: existing concrete surfaces to which preplaced-aggregate concrete will bond should be thoroughly cleaned and all deteriorated concrete removed, as well as the removal of any exposed, embedded reinforcement and debris in the void; anchoring and placement of additional reinforcement into sound concrete; placement of coarse aggregate within the eroded area; erection and anchoring of water-tight formwork with adequate grout and vent pipes; design of the grout to be used in the repair; mixing and pumping of grout into the voids of the preplaced coarse aggregate; cure and finish of concrete repair; use of divers and/or acoustical imaging to verify repair results; cleanup of site; and incidental related work. The proposed contract will be issued as a Firm Fixed Price; with a Base ad Optional limes items. Solicitation will be issued as a request for Proposal (RFP) utilizing Negotiated Acquisition Procedures per FAR 15.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R0032/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02801594-W 20120714/120713000035-50ba5fb79b84345f0300ec931dcef3b8 (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.