Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2025 SAM #8473
SOURCES SOUGHT

Y -- Desoto County, Mississippi, Arkabutla Lake Dam, Outlet Works Foundation Grouting, Coldwater River, Arkabutla Lake.

Notice Date
2/5/2025 1:29:59 PM
 
Notice Type
Sources Sought
 
NAICS
23799 —
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25ARKABUTLAGROUT
 
Response Due
2/26/2025 12:00:00 PM
 
Archive Date
03/13/2025
 
Point of Contact
Lawren Boolos, Phone: 6016315211, Robert Ellis Screws, Phone: 6016317527
 
E-Mail Address
lawren.boolos@usace.army.mil, Ellis.Screws@usace.army.mil
(lawren.boolos@usace.army.mil, Ellis.Screws@usace.army.mil)
 
Description
W912EE - The USACE Vicksburg District is seeking qualified and capable contractors with the capability and capacity to perform the scope-of-work indicated, capable of mobilizing immediately after the receipt of Notice-to-Proceed. In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the estimated magnitude of construction is between $1,000,000 and $5,000,000. This project has an estimated completion time of 90 Calendar Days after the receipt of Notice to Proceed, including the time for prework submittals and material procurement. NAICS � 237990 � Other Heavy and Civil Engineering Construction, with a small business size standard of $45M. PROJECT SPECIFIC DETAILS:The U.S. Army Corps of Engineers, Vicksburg District requests letters of interest from qualified construction contractors capable of performing construction services for the following project: Desoto County, Mississippi, Arkabutla Lake Dam, Outlet Works Foundation Grouting, Coldwater River, Arkabutla Lake. Foundation Grouting The Arkabutla Dam outlet works� foundation is planned to be grouted due to ongoing settlement and instability regarding internal erosion. Approximately, 630 grout holes using solution grouts only (combination of resin and polyurethane grouts) will be utilized within the entire area along the transition, conduit, and select areas of the stilling basin under this plan. The goal of the project is to fill voids beneath the conduit and stilling basin at safe injecting pressures meeting the requirements of USACE regulation ER 1110-2-1807. The intake structure is approximately 123 feet long (including the transition) and 59 feet wide at the base. The reinforced concrete conduit is 325 feet length with an (inverted egg) shaped section that is 16 feet by 18.25 feet dimension and composed of thirteen monoliths. Each monolith is 25 feet in length. Steel reinforcement include 1 1/8-inch bars on 6-inch c.c. within the transition while the conduit has 1 1/8-inch bars on 8-inch c.c. The reinforced stilling basin has a 72.5-foot-long chute which drops by steps and discharges into a 75 feet long stilling basin with two rows of baffle blocks. Within the conduit, the solution grouting will be injected via a series radial grout lines spaced on 6-foot offsets. The primary holes will be advanced to a depth of 4 � 8 feet and grouted using polyurethane grout with the intent to fill voids near the conduit monolith joints. The secondary holes will be advanced to a depth of 8 � 12 feet and grouted using resin grout with the intent to permeate loose sandy zones that exist below the conduit monoliths. Two sets of primary and secondary grout lines will be place per monolith. Tertiary grout holes will be drilled and grouted by split spacing between the primary and secondary grout lines as assigned by the government based on observed grout takes and pressures and advanced to a depth of 4 � 12 feet. The government assumes 156 tertiary holes will be advanced to a depth of 4 � 8 feet as assigned by the government. Allowable drilling methods will only include rotary drilling or non-fluid (push) methods to be drilled through the 3.5 feet of concrete at the bottom section of the conduit. A demonstration section will be completed in an area downstream of the main embankment and away from the conduit and selected by the government first to determine effectiveness of the grouting and to allow what few grout injections were made to be dug up and replaced with suitable material if required. This demonstration section will be required to be completed prior to starting work within the outlet works and will not count against the 45-day dewatering closure. Once the conduit foundation grouting is completed, grouting in select areas of the stilling basin will also be completed from upstream to downstream. Coring of the 5-foot-thick concrete slab will be required to complete the grouting. There are also ten (10) 4-inch drains that exists across the lowest chute step leading from the conduit exit to the stilling basin. These drains discharge excess seepage flows from the outlet works foundation in order to relieve pressures. The system is currently compromised but closed off with a steel plate and gasket bolted to the exterior of the drains. The steel plates will need to be removed so that these drain holes can be grouted with a cementitious grout mixture for proper abandonment. The contractor will be required to replace the steel plate and gasket to the exterior of the drains. The government will pump wells at the outlet works along the top of dam, downstream berm, and backfill locations to lower the phreatic surface during the grouting campaign except in the immediate area where grouting is occurring to prevent undesirable movement grout to the relief wells. The government will also be responsible for shutting and sealing the service gates while also maintaining gate leakage to ensure a dry working area for the contractor. The government will also perform instrumentation monitoring during construction to monitor grouting pressures. Work with-in the outlet works will require a planned dewatering closure. The dewatering closure is planned for a minimum of 45 calendar days. However, to maintain reservoir levels to the ongoing pool restriction, a planned opening of the outlet works will be conducted for up to a period of one week during construction. This time will not count against the 45-day closure. It should be noted that all drill rig operators must be licensed in the state of Mississippi and have at least three (3) years of experience drilling with the type of equipment proposed, on at least two dam and/or levee projects. The specialty grouting contractor must have at least 5 years of experience and have successfully completed a minimum of three (3) projects using similar grouting methods as required herein. Highlight any experience that would include grouting the subsurface environment from within a reinforced conduit, culvert, or pipe. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in participating in the solicitation, if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a), or Other than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company 7. If depending on sub-contractor capability the interested party shall submit a letter of commitment from the sub-contractor. 8. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above. Include your firm�s capability to execute comparable work performed within the past 5 years. The provided information shall include the following: a. Brief description of the project b. Customer contact information c. Outcome of the project c. Timeliness of performance e. Dollar value of the completed projects At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages. TECHNICAL QUESTIONS: Describe similar construction projects and experience you have that demonstrates your capabilities to successfully perform the work required in this contract. If you are relying on a subcontractor�s experience, describe you subcontractor�s relevant experience, your history in successfully working on other contracts with this subcontractor, and what experience you have as a prime contractor managing similar contracts. In particular, reference the pertinent subsurface grouting experience you have with respect to the type of grouting products and deployment methods described above. What feature of work would you self-perform and what features of work would you subcontract out? What equipment do you or your subcontractor own and what equipment would you have to lease in order to successfully perform this contract? As a minimum you should address what drilling equipment will be used to drilling the reinforced concrete conduit, the equipment that will be used to pump the solution grout, and the drilling or coring machine that will advance holes through the stilling basin reinforced concrete? What dam/levee projects have you performed similar grouting projects at that demonstrate and meet the requirements listed above? Highlight any experience that would include grouting the subsurface environment from within a reinforced conduit, culvert, or pipe. The goal of the project is to fill voids beneath the conduit and stilling basin at safe injection pressures meeting the requirements of USACE regulation ER 1110-2-1807. Are there any changes or improvements to the plan you would recommend making to the technical approach (grouting methods, grouting products, demonstration section)? Do you see any issue the period of performance required to complete the work? Do you think multi-shift work will be required? Do you foresee any equipment limitations within the working areas? Work on this project is associated with a declared dam safety emergency. The has been drawn down to reduce risks; however, this project needed to further mitigate risks and to provide additional monitoring capabilities. Notice to Proceed (NTP) is anticipated to be issued shortly after award, as soon as required bonds are received and verified. Confirm your availability to respond immediately upon receipt of NTP. SUBMIT TO: Responses shall be via email to Lawren Boolos, Contract Specialist at Lawren.Boolos@usace.army.mil and copy furnish R. Ellis Screws, Contracting Officer, at Ellis.Screws@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, February 26, 2025. Please use the following subject line for the email: �W912EE25Arkabutla Grouting�. Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/836c150a32324e6b8e6fa976db589118/view)
 
Place of Performance
Address: Arkabutla, MS, USA
Country: USA
 
Record
SN07334147-F 20250207/250205230038 (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 |
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.