SOURCES SOUGHT
Z -- Joint Federal Project Phase V- American River Right Bank Stabilization
- Notice Date
- 12/9/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W9123815S0007
- Response Due
- 12/22/2014
- Archive Date
- 2/7/2015
- Point of Contact
- Matthew Hancsarik, 9165577480
- E-Mail Address
-
USACE District, Sacramento
(matthew.p.hancsarik@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Location Folsom Dam is located at the confluence of the North and South Forks of the American River, approximately 29 miles upstream from the city of Sacramento, near the town of Folsom, CA. Sheet G-002 is a location, vicinity and site map of the Folsom Dam auxiliary spillway project. The location of this bank stabilization work is on the right bank side of the American River about 1,000 feet downstream from the main dam (Sheet B-101). Background The convergence of flows from the main Folsom Dam and new auxiliary spillway could destabilize the existing slope where the flows converge. After the auxiliary spillway becomes operational changes in river hydraulics downstream of the stilling basin will occur that have not been experienced to date. Because of the orientation of the auxiliary spillway, an approximately 400 foot reach of the American River right bank area will become more vulnerable to erosion and scour. Summary of Work The primary objective of this project is to ensure the increment of the slope between about elevations 125 feet and 160 feet (NAVD 88) remains stable during future operations of the auxiliary spillway. To achieve this, the lower bank slopes below about elevation 160 will be reinforced with 32' long, post tensioned, rock bolts based on U.S. Army Corps of Engineers (USACE) Engineer Manual (EM) 1110-1-2907. Bolts will generally be installed on a 20-foot by 20-foot diamond pattern as shown on Sheet B-101; however, additional bolts may be installed at up to ten (10) locations at the direction of the Government. In addition to the installation of rock bolts as described above, it is anticipated that some dental concrete may be required to fill reentrant joint cavities to prevent the potential dislodging of several large rock blocks in the vicinity of Sta. 14+90 (see Sheet B-101). Site accessibility and the steep topography of the American River right bank site are a challenge to the planning, design and construction of the right bank stabilization effort. The access ramp or temporary access route to the midslope work area will be steep with a grade as much as 30%. Rock bolts will be installed on the lower vertical slopes and as such will require limited access drilling capability in order to install the bolts while suspended alongside the vertical slopes. Desired Contractor Capabilities USACE requests that interested contractors' demonstrate their capabilities to perform the Right Bank Stabilization effort as follows: Access to quote mark wagon quote mark drills or other limited access drilling equipment Ability to work suspended over water by ropes, climbing harnesses, or a platform Ability to contain all drill cuttings and fluids while suspended over the river Ability to safely work with limited access and staging areas Ability to work in close proximity of protected habitat and protected species Limited construction duration (June 15 - December 15; construction expected to be completed in 2015) Information to be Submitted by Potential Contractors: The Government is seeking sources with the above capabilities for the work outlined in the summary and provided drawings. The Government will utilize the submitted information to determine the type of small business set aside for this acquisition. Thus, contractors interested in this project should submit a statement of capabilities, of no more than 10 pages, that: States the contractors business size (small or large) and subcategory (i.e. 8A, HUBZone, Women Owned, etc.); Demonstrates the contractors experience and capability with similar types of work; and Outlines the types of and access to equipment that will be used in performance of the work. Information received in response to this Sources Sought will help determine the Government's acquisition planning including but not limited to Socio-Economic Set Asides (i.e. Small Business or Large Business), solicitation method (i.e. Sealed Bid or Best Value Tradeoff), and Evaluation Criteria should the solicitation become a Best Value Tradeoff. Statements of Capability are due to the Government no later than 1630 PST on Monday December 22, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123815S0007/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN03590798-W 20141211/141209234309-aebdeab6c993b1003a1b2c3936f1b38d (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 |