Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

Y -- PL84-99 Levee System 0561 (North) Levee Improvement Construction Project

Notice Date
3/1/2018
 
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
W9123818R0027
 
Point of Contact
Gregory L. Treible, Phone: 9165576718
 
E-Mail Address
Greg.L.Treible@usace.army.mil
(Greg.L.Treible@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PL84-99 Levee System 0561 (North) Levee Improvement Construction Project The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the PL84-99 Levee System 0561 (North) Levee Improvement Construction Project. Project Description : This project consists of berm installation and levee slope repair. Berm Installation Seepage through or under the levee can be addressed by installing a berm on the landside of the levee. Berms typically lap partially up the slope of the levee and extend out into the adjacent area. Installing a berm consists of stripping a portion of the existing soil surface, and subsequently importing and placing rock materials. An underlying geotextile may also be installed. The bulk of the berm typically consists of drain rock. Larger (3- to 6-inch) rock may be installed along the berm perimeter for stability. When repairs are complete portions of the site may be reseeded and any damage to haul routes will be repaired. Berm installation is completed from the land. In some cases, temporary berms underlain by geotextile fabric are already in place. In these cases, the temporary material will be removed and stockpiled, the existing geotextile fabric will be removed and properly disposed of, and the stockpiled material will be reused to construct the permanent berm. Seepage berm installation are projected to be necessary at two locations. These berms are anticipated to range from approximately 400 to 800 feet in length, 20 to 30 feet in width, and involve rock volumes ranging from 1200 to 1700 cubic yards. Levee Slope Repair Repairing levee slope failures typically requires degrading a portion of the levee to remove slumped material and expose an appropriate repair surface, proper disposal of excavated material, importing replacement soil with appropriate geotechnical properties, and properly placing/compacting the new soil to restore the levee to its prior configuration. It may be necessary to obtain and place geotextile and rock at the base of the excavation before placing the new soil. Repair of slope failures on the waterside of the levee may require installing a coffer dam. In some cases, the repair may be constructed with rock rather than soil. When repairs are complete soil areas will be reseeded, any damage to haul routes will be repaired, and the surface material of the levee crown will be reestablished, if needed. Levee slope repairs are typically done from land. Levee slope repairs are projected to be necessary at one location involving three sub-sites along approximately 1200 feet of levee with an estimated volume of imported soil of 10,000 cubic yards. The volume of imported soil may be reduced by blending existing soil with a lesser amount of imported material in a manner where the blended material meets the applicable geotechnical standards. In accordance with the FAR 36.204, the magnitude disclosure of this construction project is between $1m and $5m. This proposed contract action will be conducted using FSC Code : Y1LC, Construction of Tunnels and Subsurface Structures and North American Industry Classification System Code ( NAICS ): 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $36.5 million. The RFP is estimated to be issued on or about 15 March 2018 with proposals due tentatively on 17 April 2018. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov) and will establish a firm proposal due date/time. The site visit date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. 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/W9123818R0027/listing.html)
 
Record
SN04839613-W 20180303/180301231337-445afc794d27d9e1b285d9a5fc6e822a (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.