SOLICITATION NOTICE
Y -- Grand Prairie Pumping Station Superstructure and Installation of Equipment (Base Bid) and Installation of Discharge Pipe Station 13+50 to 22+00 (Optional Work) on the White River near De Valls Bluff, Prairie County, Arkansas.
- Notice Date
- 6/19/2014
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-14-B-0010
- Response Due
- 8/7/2014
- Archive Date
- 9/6/2014
- Point of Contact
- Estella Blackman, (901) 544-0768
- E-Mail Address
-
USACE District, Memphis
(estella.c.blackman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The work consists of furnishing all plant, labor, and materials necessary for Grand Prairie Pumping Station Superstructure and Installation of Equipment (Base Bid) and Installation of Discharge Pipe Station 13+50 to 22+00 (Optional Work) on the White River near De Valls Bluff, Prairie County, Arkansas. Base Bid: The work required under the base bid is the construction of the superstructure above elevation 190.0 including unwatering, dewatering, demolition and transport of existing covers, equipment installation, discharge header and pipeline installation to pipeline sta. 13+50, dewatering system shutdown, deconstruction of existing fences and gates, excavation of the inlet channel, removal of existing cofferdam, excavated materials embankment, waterline and sanitary sewer system installation, aggregate surfacing, permanent access road installation, permanent fencing/gate installation, site cleanup, all as described in specifications and drawings entitled quote mark superstructure and installation of equipment quote mark, after which time the contractor will be directed to execute a controlled shutdown and water tightness test with the gates closed. All earthened areas shall be sloped to drain, fertilized and seeded. Option: the work required under the option is complete installation of 2-10 ft id steel pipes from pipeline station 13+50 to station 22+00, including all earthwork as shown on the drawing set entitled quote mark Discharge Pipes from Pipeline Station13+50 to Station 22+00 quote mark, installation of surge tanks and accessories, installation of manways, fiberglass access to manways and hatches for access into the pipes, installation of impressed current cathodic protection system including protective bollards at the test stations. The rectifier will be located at pipeline station 60+00 installed under a previous contract. Construct the access road between pipeline station 22+00 and station 13+50, including all road side drainage for the work area covered under this option contract. Install the fiber optic system between pipeline station 22+00 and inlet channel station 11+98, to include the installation of stainless steel optical cable cabinets located at pipeline station 22+00 and inlet channel station 11+98, including splice enclosures, slack cable coils, reinforced concrete slab and the running of cable between the cabinets. Testing of the cathodic protection system is required. Testing of the fiber optic system is required. All disturbed areas within the right-of-way shall be fertilized and seeded. This project is advertised as an unrestricted procurement with HUBZone Price Evaluation Preference for small business concerns. For the purpose of this procurement to qualify as a small business concern, in addition to being independently owned and operated and not dominate in the field of operation in which it is bidding on Government contracts, the concern must have had average annual sales receipts for the preceding three fiscal years not exceeding $33.5 million. The supplies or services to be procured in this solicitation are classified under NAICS 237110. The estimated value of the proposed work is more than $10,000,000.00. Solicitation will issue on/about 7 July 2014 and bid opening date will be on/about 07 August 2014. A copy of this solicitation may be downloaded from the Army Single Face to Industry (ASFI) Acquisition Business Web Site at https://acquisition.army.mil/asfi/. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. For additional information regarding this solicitation please contact Estella Blackman at (901) 544-0768. PRE-AWARD SITE VISITS USACE will conduct two (2) site visits at the following locations. The first site visit will be conducted Monday July 21, 2014 at 10:00 a.m. The location for this site showing is the Grand Prairie Pumping Station located on the White River near DeValls Bluff, Prairie County, Arkansas. There are no restrictions enforced for this visit. The second site visit will be conducted Tuesday July 22, 2014 at 10: a.m. to view the stored Government-Furnished Equipment. The location for this site visit is the former Chicago Bridge and Iron Plant located at 2700 Channel Avenue, Memphis, TN. This facility is now operated by the U.S. Navy and is a restricted-secured site. Bidders attending this site visit shall comply with the following requirements for admittance to the facility: 1. Bidders shall limit their representation at this site visit to a maximum of three (3) individuals. Each Bidder shall email a list of personnel containing the below stated information to Grand.Prairie@usace.army.mil by 1:00 pm local time Friday July 11, 2014. a.Full name of each individual planning to attend the site visit b.Full Name of the represented company and affiliates c.Contact numbers for each company, affiliate, and individuals attending 2. Foreign Nationals attending the site visit are required to have a full security background check performed and clearance approved prior to admittance to the facility. USACE will provide this form upon request. Please send your request by email to Grand.Prairie@usace.army.mil. Full background checks/approval can take up to two-weeks. 3. USACE staff will provide the necessary escort onto the facility and remain with the visitors until they exit the gate. Site Visitors must remain together in the group with USACE escort. Access will be restricted to the area where the Government-Furnished Equipment is stored. Failure to comply will be cause to have you escorted out of the facility. USACE escorts will be Mr. Andy Gaines and Mr. Gary Billingsley. 4. Any device type such as cell phones or other devices capable of capturing and storing photos, videos, or audio will not be permitted within the secured area. All devices described above shall be left outside the security gate area. 5. USACE Escorts will greet site visitors outside the facility entry gate along Channel Avenue. A role call will be conducted to ensure that all visitors are included on the security list. USACE will brief visitors prior to facility entrance. POST-AWARD FACILITY ACCESS FOR TRANSPORATION OF GOVERNMENT-FURNISHED EQUIPMENT 1. Standard hours of operation at this facility are from 9:00 am till 1:00 pm Monday thru Friday. Work during Federal Holidays, weekends, or night work will not be permitted. 2. Prior to admittance to the storage facility, all contractor personnel entering, working, and transporting equipment are required to have a security background check performed by Naval Security. USACE will provide the forms and coordinate the background check with the Navy authority. Temporary access badges will be issued to those qualified contractor personnel for the duration of the work. Each employee will be required to present a picture I.D. for admittance to the facility. 3. Contractor's work at the storage facility will required a 30-day advance notice so as not to interfere with Navy operations. The contractor shall submit to the Government a separate loading/shipping schedule that will be coordinated with Navy personnel. Contractor work will not be allowed during Navy operations. USACE will inform the Contractor 30 days in advance of proposed Navy operations. 4. Contractor will be allowed to leave handling and loading equipment at the storage facility at its own risk. The Navy and USACE do not assume liability for this action. Contractor should not bring equipment that has leaks or any other known maintenance problems. The contractor shall comply with EM385-1-1 and OSHA requirements pertaining to spill prevention, containment, and post-spill clean-up remediation. 5. Contractor will be provided freight truck access into the facility thru Door 8. Navy Security will be responsible for operating this access door and the perimeter security gate. 6. Contractor shall be prepared to provide light plant for work inside the facility storage area as the existing overhead lighting is not operational. 7. Contractor shall provide drinking water, portable sanitation facilities, and daily site clean-up / disposal as mandated by EM385-1-1 Health and Safety requirements. 8. Contractor shall provide equipment capable of moving portable concrete barriers in the access road for freight truck access in and out of the facility. These barriers shall be returned to their original position immediately after the freight truck passes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-14-B-0010/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03400276-W 20140621/140619234704-7c87998cd74505da560d9199fec7fca2 (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 |