Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOLICITATION NOTICE

Y -- Isabella Lake Dam Safety Modification Project (DSMP), Phase II Dams and Spillway, Lake Isabella, CA

Notice Date
3/9/2017
 
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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-R-0006
 
Archive Date
4/21/2017
 
Point of Contact
Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
Melissa.A.DeNigris@usace.army.mil
(Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government anticipates awarding a Firm-Fixed-Price contract to construct the Isabella Lake Dam Safety Modification Project (DSMP), Phase II Dams and Spillway in Lake Isabella, California. The Request for Proposal will be posted no earlier than 24 March 2017. An unrestricted/full and open competition Best Value Tradeoff procurement has been determined. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov). The estimated due date for proposals will be on or about 3 May 2017. Once issued, the RFP will identify a firm due date/time for receipt of proposals. In accordance with the DFAR 236.204, the magnitude disclosure of this construction project is between $250,000,000 and $500,000,000. This proposed contract action will be conducted using NAICS code 237990, with a size standard of $36,500,000.00 and the Federal Supply Code (FSC) is Y1KA, Construction of Dams. PROJECT DESCRIPTION: The Contractor shall furnish everything necessary, including but not limited to all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary to perform this project. The Phase II contract is divided into a base contract for the Main Dam and an option for the Auxiliary Dam. The base Phase II contract will include excavation of the new Emergency Spillway, modifications to the existing Service Spillway, a 16 foot raise of the Main Dam and corresponding raise of the Main Dam Control Tower, modifications to California State Route 155 at the Main Dam right abutment, site work and modifications at several recreation facilities north of the Auxiliary Dam, stockpiling of material for modifications to the Auxiliary Dam, and the disposal of waste material on Engineers' Point. The contractor will excavate approximately 2.95 million cubic yards (CY) of material from the Emergency Spillway, process the necessary volume of this material into differing sizes, and use these materials to produce on-site concrete aggregates, concrete, filter/drain materials and rockfill for raising the embankments. Also included in the base contract is construction of a 28-foot tall labyrinth weir using approximately 56,000 CY of concrete. Processed materials for use in modifications to the Auxiliary Dam will be stockpiled until the award of the Phase II option. Excess excavated material will be placed on Engineers Point. The Auxiliary Dam will be included as an option and will be exercised once the Government acquires the Borel easement through the Auxiliary Dam. This option will include demolition of several downstream monoliths in the Borel Outlet Works through the Auxiliary Dam, filling the Borel Outlet Works conduit through the Auxiliary Dam with lightweight concrete, and modifications to the Auxiliary Dam to meet the requirements of the Plans and Specifications. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED 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 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 RFP is issued. To register, click on the Register Now button in the Vendors Block and follow the instruction. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. Due to volume, some documents (Geotechnical Data Report and the As-builts) may be sent via AMRDEC. The Offeror will need to contact the Government in order to obtain this information. Further, information will be provided with the RFP. The only PLAN-HOLDER'S/BIDDER'S 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: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-R-0006/listing.html)
 
Place of Performance
Address: Lake Isabella, California, United States
 
Record
SN04429055-W 20170311/170309234107-e21a11fda010bd94f754ad37f149dcca (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.