Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2019 FBO #6520
SOLICITATION NOTICE

Y -- Design-Bid-Build Walter F. George (WFG) Long Term Riprap Repair - Walter F. George Dam, Chattahoochee River, AL and GA

Notice Date
9/30/2019
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127819R0076
 
Point of Contact
Chanda D. Strenth, Phone: 2514415595, Sara G. Logsdon, Phone: 2516903347
 
E-Mail Address
chanda.d.strenth@usace.army.mil, sara.g.logsdon@usace.army.mil
(chanda.d.strenth@usace.army.mil, sara.g.logsdon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS PROJECT WILL BE ADVERTISED ON AN UNRESTRICTED BASIS UTILIZING FAR PART 15 SOURCE SELECTION PROCEDURES THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 237990. The solicitation will be available for download 29 October 2019 (approximately). The estimated cost range of this project is between $25,000,000 and $100,000,000. The Government intends to award one Firm Fixed Price 'C' type contract as a result of this solicitation. The work to be performed under this contract consists of repairing the upstream armored face on two non-overflow earthen dikes at Walter F. George Dam on the Chattahoochee River. The non-overflow earthen dikes are located on the right (west - Alabama side) and left (east - Georgia side) overbank areas. The new armoring system will be placed on both the Alabama earthen dike and the Georgia earthen dike. Construction shall be completed in three phases and staging areas are provided on both the Alabama and Georgia side. During the removal and placing of the new armor system, the contractor shall not penetrate the soil embankment. All existing armor stone shall remain the property of the United States Government. Phase I will include the removal of the existing armor stone & bedding stone and installation of the new armoring system from elevation 186.00 to elevation 190.00. To facilitate removal of the existing armor system without damaging the impervious embankment, the reservoir pool will be lowered to elevation 186.0 feet for 6 weeks. The Contractor shall remove the existing armor system and install the new armoring system from elevation 186.00 to elevation 190.00 in this 6 week period. The contractor shall ensure sufficient amount of material, equipment, and personnel are on site to perform the work in this specified time frame. Phase II will include the removal of the existing armor stone & bedding stone and installation of the new armoring system from elevation 190 to 205. Normal summer/winter pool levels will be operated during this phase of construction. All existing armor stone shall be recovered and stock piled from elevation 195 to 205. Phase III will include the milling or removal and or reconstruction of pavements for the Haul roads utilized and impacted throughout Phase I and Phase II Construction. Phase III will also include the final stabilization of the Georgia and Alabama laydown areas. Walter F. George Lock and George Andrews Lock will remain closed for the duration of this project. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. Note No. 3: Critical path method (network analysis system) is not required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years. Note No. 5: It is anticipated that this solicitation will not have bid options. However, optional bid items may be added if it is determined to be in the Government's best interest. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above. Note No. 7: Site Visit information will be posted with the solicitation. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127819R0076/listing.html)
 
Place of Performance
Address: Walter F. George Dam, Chattahoochee River, AL and GA (Henry County, AL and Clay County, GA), United States
 
Record
SN05463401-W 20191002/190930230735-84b43c0c9d099f8f31127ec7b35af2ee (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.