Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

Y -- Marysville Ring Levee (MRL) Phase 2A South

Notice Date
6/5/2018
 
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
W91238-18-R-0068
 
Point of Contact
Lequita Byrd-Craig, Phone: 9165576932, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
Lequita.Y.Byrd-Craig@usace.army.mil, Melissa.A.DeNigris@usace.army.mil
(Lequita.Y.Byrd-Craig@usace.army.mil, Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Marysville Ring Levee Phase 2A South The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Marysville Ring Levee (MRL) Phase 2A South Project. This acquisition is proceeding as an unrestricted / full and open request for proposals. However, please note that the RFP will require the successful prime contractor to self-perform the cut-off wall effort of this project. Project Description: The Marysville Ring Levee (MRL) Phase 2A South project is located in Yuba County CA, on the left bank of the Feather River, in the city of Marysville. The project consists of partially degrading a section of the waterside embankment, constructing a cutoff wall within the levee embankment degrade (near the temporary excavated slope), and reconstructing the degraded embankment with an impervious slope blanket. The contractor must finish this work within one construction season (15 Apr 19 to 30 Oct 19). The cutoff wall will be constructed at the water side toe, adjacent to an active railroad on a landside berm. Approximately 1/3 of the waterside levee embankment will be excavated (approx. 60,000 cubic yards) to provide a platform for construction of the wall. The levee embankment will be reconstruction using general fill (approx. 26,000 cy) and impervious fill (approx. 16,000 cy) from the excavation and imported impervious fill (approx. 20,000 cy). The cutoff wall must be soil-cement-bentonite (SCB) constructed using in-situ soil mixing methods classified as either: Wet Rotary Shaft (WRS), Wet Rotary End (WRE), Wet Rotary and Jet End (WJE), or Wet Vertical Panel (WVP); as described in the Federal Highway Administration Design Manual: Deep Mixing For Embankment and Foundation Support. Methods that do not use mechanical soil cutting or mixing are NOT acceptable. The cutoff wall minimum width is 2 feet and the cutoff wall length is approximately 2,622 feet. The cutoff wall will require a demonstration section to be constructed and approved before construction of the production wall can begin. The cutoff wall depth will vary up to 90 feet and the construction equipment must be capable of constructing the cutoff wall 20 feet deeper than the maximum depth shown on the drawings. The total square footage of the cutoff wall is approximately 195,180 ft2. The in-situ soil mixing must produce an incompressible, relatively low-strength, low-permeability, continuous seepage cutoff wall with an appropriate overlap between elements and/or headings to ensure continuity to full depth. The cutoff wall must consist of either a series of overlapping SCB elements formed underground, through and beneath the levee, or by a full-depth horizontal advancement. The permeability must be less than 5 x 10^-7 centimeters per second (cm/sec) with the strength of the cutoff wall between 50 and 300 pounds per square inch (psi). The total amount of excavation for the levee embankment degrade is approximately 56,900 cubic yards (CY) which will be reused to the fullest extent possible. From the initial excavation amount, 27,700 CY will be used as general levee fill and 16,900 CY will be used as impervious fill (12,300 CY will be wasted) and an additional 22,560 CY of impervious fill will be imported. The embankment will be reconstructed with general levee fill and an impervious waterside slope blanket with an 8 feet horizontal thickness and 3(horizontal):1(vertical) finished slope. Erosion control measures must be provided in disturbed areas. The Government estimates issuing the contract award no later than 30 September 2018. The period of performance for construction is estimated to be 376 calendar days from notice to proceed. In accordance with the FAR 36.204(g), the magnitude disclosure of this construction project is between $5,000,000 and $10,000,000. This proposed contract action will be conducted using FSC Code: Y1PZ 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 20 June 2018. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov). All plans and technical documents will be uploaded onto FedBizOpps as part of the RFP, available for inspection without charge. The estimated due date for proposals will be on or about 20 July 2018. Once issued, the RFP will identify a firm due date/time for receipt of proposals. The site visit/pre-proposal conference 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/Presolicitation 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/W91238-18-R-0068/listing.html)
 
Place of Performance
Address: Marysille, California, United States
 
Record
SN04943586-W 20180607/180605230920-e0fbc0f5e9960f4816ff137f2f7bbec9 (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.