SOURCES SOUGHT
Y -- Rough River Dam Safety Modification Phase 2: New Outlet Works and Cutoff Wall
- Notice Date
- 7/30/2020 11:50:08 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-RoughRiverCutoffWallandOutletWorks
- Response Due
- 8/14/2020 11:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Heather Bauer, Phone: 5023156192, Aaron Sanford, Phone: 502-315-6178, Fax: 502-315-6195
- E-Mail Address
-
heather.d.bauer@usace.army.mil, Aaron.L.Sanford@usace.army.mil
(heather.d.bauer@usace.army.mil, Aaron.L.Sanford@usace.army.mil)
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately.� If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category (small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). Project Title:� ��Rough River Dam Safety Modification Phase 2: New Outlet Works and Cutoff Wall Project Location:� Rough River Dam; Falls of Rough, KY; Grayson County/Breckinridge County Short Project Description:�� Provide all labor, material, and equipment necessary to safely construct a new outlet works and cutoff wall on time and within budget.�� Construction consists of several features of work. The outlet works will require a new approach channel, control tower, tunnel conduit, stilling basin, and retreat channel. Approach Channel: The approach channel is 930 feet long and 50 feet wide with 6V:1H side slopes. The excavation consists of approximately 180 feet of underwater dredging, 220 feet of underwater intact rock excavation, and 530 feet of surface excavation in predominately hard bedrock.� Approximately 230,000 cubic yards of intact rock are anticipated for new outlet work excavations. Control Tower: The control tower will be 170 feet tall and be composed of reinforced concrete having a footprint of 56 feet by 60 feet. The control tower will have two 6.25-feet x 14-feet service and emergency gates for primary flow conveyance.� The tower will have a 150-feet long service bridge extending to the left abutment.� A 600 feet long cohesive earth cofferdam founded on dentally treated bedrock will be required to protect the excavation up to the top of active storage for the reservoir.� A double line grout curtain will be completed below the cofferdam and extend to surround the perimeter of the control tower pit excavation to minimize groundwater and seepage entering the excavation work area. Tunnel: The approximate 960 feet long tunnel will have a14 feet inside diameter tunnel with a 12-inch abrasion resistant reinforced concrete liner. The tunnel heading shall be from the downstream portal. The upstream portal shall be constructed integral to the control tower.� The portals and portions of the tunnel extending below the dam footprint shall be mechanically excavated. Stilling Basin: The stilling basin will be 112 feet long, 40 feet wide, and approximately 55 feet below the ground surface.� The stilling basin excavation shall be staged to facilitate tunnel completion. The excavation will have 6V:1H slopes, a 15-foot horizontal bench, and rock fence located above the training walls.� The bedrock excavation will continue downstream of the stilling basin and will be protected via a 2-foot thick concrete apron before transitioning to KYTC Class III Channel Lining at the intersection with the historic river channel. Abandonment of the Existing Control Tower: Once the new outlet works is operational and fully commissioned, the existing control tower and conduit will be abandoned by permanently sealing the existing service gates and filling the lower control tower and outlet conduit with balanced, stable, high mobility cement/bentonite grout or non-shrink concrete.� Cutoff Wall: A new and complete 1,600 feet + long, 2 feet minimum thick, concrete cutoff wall through the embankment and into the foundation rock. Depth of the wall varies across the dam but can be as great as 200� from the crest of the dam. Additional slurry control grouting will be required near the existing conduit. The cutoff wall will sever the existing conduit and extend through to the bedrock below. The work at the conduit area shall not proceed until the new outlet works is fully functioning and the existing outlet works has been suitably abandoned. Relocations: Highway 79 will be located back to the crest of the dam. 4.� Type of Action:� Construction project�using Best Value Trade-Off Analysis 5. Estimated Advertisement Date:� April 2021 6. Estimated Award Date:� July 2021 7. Estimated Period of Performance:� 2,010 calendar days 8. Estimated Cost:� $250,000,000.00-$500,000,000.00 9. Criteria:� Interested construction firms must provide no more than three (3) example projects with greater than 90 percent completion or projects completed in the past fifteen (15) years. The Contractor may submit a combination of previous projects in which the interested firm or Joint Venture (JV) served as the prime contractor specializing in mass excavation, hydraulic structures construction, tunnels, and cutoff wall construction. Example projects must be of similar size and scope.� Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages and quality of performance.� The combination of similar projects will include physical construction of cutoff walls and grouting in dams.� Projects similar in size will include projects using a cutoff wall with a minimum length of 500 feet and a minimum depth of 100 feet from the dam crest. Experience with tunnels shall exclude tunnel boring machines. Mass excavation shall include over 50,000 cubic yards of mass excavation in hard rock. Hydraulic structures shall include at least 20,000 cubic yards of mass concrete for locks, dams, or other underwater structures. For each example project include original contract amount, pending and actual modification cost, pending and actual claims.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Interested construction firms must present past experience as a prime contractor on projects of similar size and scope with: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project. � c. Size of the project. d. The dollar value of the construction contract and whether it was design-bid build or design-build. e. The type and percentage of the contract cost, excluding cost of materials that was self-performed as physical, vertical and horizontal construction by construction trade(s). f. Identify the number of subcontractors by construction trade utilized for each project. g. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Total submittal package shall be no longer than 8 pages.�� Email responses to Heather Bauer at heather.d.bauer@usace.army.mil. If you have questions please contact Heather Bauer at heather.d.bauer@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/133d8c67353341228c0858bf42d22b42/view)
- Place of Performance
- Address: Falls of Rough, KY 40119, USA
- Zip Code: 40119
- Country: USA
- Zip Code: 40119
- Record
- SN05740870-F 20200801/200730230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |