Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2013 FBO #4120
SOLICITATION NOTICE

Y -- Hamilton Wetlands Restoration Project : Site Completion and Breach

Notice Date
3/4/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-13-B-0001
 
Point of Contact
Rede Shifferaw, Phone: 4155036554, James E Garror, Phone: 415/ 503-6988
 
E-Mail Address
rede.shifferaw@usace.army.mil, James.E.Garror@usace.army.mil
(rede.shifferaw@usace.army.mil, James.E.Garror@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is proceeding as a Small Business Set-Aside, Invitation for Bids (IFB). This Procurement will be conducted under FSC CODE: Z1KF, SIC CODE: 1629, NAICS Code: 237990. The size standard for this code is $33,500,000. All questions should be directed to the Contracting Specialist, Rede Shifferaw, at (415) 503-6554, FAX: No.: (415) 503-6554, e-mail rede.shifferaw@usace.army.mil. Estimated Cost Range is between $5,000,000 and $10,000,000. JOB DESCRIPTION: The work described consists of all tasks to complete the Wetland Restoration Project (HWRP) located in Novato, California and represents the culmination of over ten years of effort. Included is final shaping of the South Seasonal Wetlands and Tidal Panne Area, and deconstruction of temporary earthen structures, and the dredging of a channel in the Tidal Wetland Area. Also included in the contract are three optional components: one to construct the Bay Trail along the site, the second to dredge the pilot channel from the bay to the project, and the third option to breach and degrade the bayfront levee and to remove remaining access infrastructure. Seasonal Wetlands Shaping Component: This component consists of upland earthwork to shape and complete the south seasonal wetlands (SSW) and Tidal Panne areas. The total work (roughly 300,000 CY) includes both excavation and placement of previously dredged material within approximately 75 acre (SSW) and 10 acre (Tidal Panne) work areas (all cut and fills are internal to the areas of construction). The completed work will create a mosaic of shallow ponds to provide for seasonal and tidal habitats after the site is breached and tidal waters are introduced. Tidal Wetland Component: This is a multi-tasked component that prepares the Tidal Area of the site for Breach. It includes deconstruction of 2 pump-house facilities, and the removal of a 30" pipe and its bedding that was previously used in bringing the dredged material to the site. Also included is the removal of temporary earthen connector berms which had separated the overall Tidal Area into separate cells during previous filling operations (approximately 45,000 cu yds of excavation), and the digging out of the channel near the breach internal to the site (approximately 50,000 cu yds of excavation). The area for the internal channel cut may be drained and dried in order to facilitate the work, but the breaching of the connector berms will need to be executed in wet conditions. All cuts for this component will be used in adjacent fill areas within the Tidal Area. Bay Trail Option: This option is for constructing public access improvements including multi-use trails, ramps, and the South Levee viewing platform. The work entails final fine-grading and compaction followed by application of a gravel sub-base and then a decomposed granite surfacing for the multi-use Bay Trail alignment that runs all along the inner edge of the site. The subbase will be 16' wide and the trail surface will be 12' wide. Total trail length is approximately 14,300 ft. Fencing and signage support features are also included. Channel Dredging Component Option: A pilot Channel is to be excavated from San Pablo Bay through the mudflat to the location in front of the breach location at the bayfront levee. The upper layers of this removed material are part of the base contract and must be transported to the adjacent property and stockpiled; the lower portions are presented as an option and will be beneficially reused within the Tidal area of the site. This dredging excavation is approximately 30,000 cu yds. Breach/Access Deconstruction Option: This option includes the final breaching of the bayfront levee (excavation of approximately 30,000 cu yds) and the partial degradation along the rest of the bayfront levee (approximately 30,000 cu yds) to allow tidal waters to enter the site. A portion of the excavated material unsuitable for wetland reuse will be stockpiled on property adjacent to the site. Also included in this option is the removal of the temporary bayfront culvert system in the bayfront levee, and final degradation grading of all road access infrastructure that was left in place in order to provide final-phase construction access throughout the site. The solicitation will be available on/about 22 March 2013, for Viewing/downloading documents. All BIDS will be due on/about 22 April 2013/1:00 pm PDT. The specific date and time will be identified in the solicitation. BIDDERS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the IFB is issued. Viewing/downloading documents from FedBizOpps will require prior registration in System for Award Management (SAM) (www.sam.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the IFB documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the IFB documents. Important Note: Solicitation documents can be accessed ONLY through FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be SAM registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link, Vendor User Guide. The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prim/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-13-B-0001/listing.html)
 
Place of Performance
Address: Novato, California, United States
 
Record
SN03002830-W 20130306/130305114300-3495e467bff410ee8659e5d9b7de830b (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.