Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2, 2001 PSA #2820
SOLICITATIONS

Z -- SEWER LINE REHABILITATION, FORT PICKETT, VA.

Notice Date
March 29, 2001
Contracting Office
U.S. Army Engineer District, Norfolk, Attn: CENAO-SS-C, 803 Front Street, Norfolk, Virginia 23510-1096
ZIP Code
23510-1096
Solicitation Number
DACA65-01-R-0015
Response Due
May 23, 2001
Point of Contact
Debbie Gray, 757-441-7551
E-Mail Address
Debbie Gray (debora.s.gray@usace.army.mil)
Description
The following correction is made to the CBD notice that was submitted March 27,2001. The U.S. ARMY CORPS OF ENGINEERS, NORFOLK DISTRICT will receive sealed bids for the furnishing of all equipment, labor and materials and the performing of all work for this project. The work includes: rehabilitation of approximately 105,000 linear feet of 8 thru 30 inch gravity sanitary sewer utilizing the cast-in-place method of rehabilitation and replacement of approximately 9,500 linear feet of 6 thru 18" gravity sanitary sewer, one medium size lift stations with approximately 7800 linear feet of 8" force main, the possible option to replace an additional approximate 35,000 linear feet of 6 and 8-inch lateral lines, rehabilitation of approximately 4,200 vertical linear feet of sanitary sewer manholes, replacement of approximately 10 manholes, and all associated work. In addition to the above, the contractor must meet the following: CONTRACTOR EXPERIENCE a. The General Contractor and all sub-contractors performing CIPP work must have CIPP experience. b. The Contractor for the cured-in-place rehabilitation of sewers must have a minimum of 3 years experience using the product proposed and have installed at least 10,000 linear feet of the proposed product for both categories of collection system pipe diameters 8-inches to 18-inches (Category 1) and 21-inches to 30-inches (Category 2). c. All workers performing work on the cured-in-place rehabilitation of sewer must be certified by the cured-in-place rehabilitation system supplier as qualified to perform work with the proposed product. d. The General Contractor superintendent and all sub-contractor superintendents for the job must have supervised jobs in which at least 5,000 linear feet in each category of 8-inch to 18-inch (Category 1) and 21-inch to 30-inch (Category 2) collection system pipe has been rehabilitated using the product proposed. e. The Contractor shall be licensed by the liner process manufacturer. f. The Contractor must have previous comprehensive construction-sequencing planning which, at minimum, shall include experience in: 1. Scheduling; 2. Identification of set-up locations for lining installation. 3. Lining procedures. 4.Bypass Pumping Plan in accordance with Section 02740, Bypass Pumping. 5.Traffic Control Plan in accordance with VDOT (or other similar state) Requirements. (1) MANUFACTURER PRODUCT EXPERIENCE: a. This project shall use only one manufacturer's product for the CIPP work. b. The product proposed for the cured-in-place rehabilitation of sewers must have been in use for at least three years for pipeline diameters 8-inch and above, and a minimum of 20,000 linear feet of the product must have been installed in pipe diameters 8-inches and above. c. The manufacturer shall have experience in: i. Providing classroom installation instruction and certification. ii. Designing and certifying liner thickness. A Formal Site Visit will be held at 10:00 a.m. on May 1, 2001 at the Fort Pickett Conference Room, Building 472, Fort Pickett, Virginia. This will be the only time the site will be available for a visit. Magnitude of construction is estimated to be over $10,000,000.00. Duration of the project is 720 calendar days. THIS IS A 100% SMALL BUSINESS SET ASIDE PROCUREMENT. NO LATER THAN APRIL 4, 2001 SMALL INTERESTED BUSINESS FIRMS MUST CERTIFY THAT THEY AND THEIR PROPOSED PRODUCT MANUFACTURER MEET ALL OF THE ABOVE EXPERIENCE CRITERIA. CERTIFICATION STATEMENTS ARE TO BE SENT TO THE FOLLOWING EMAIL ADDRESS: debora.s.gray@usace.army.mil. If there is not sufficent response by small business firms, this will become an Unrestricted Procurement by modification of this CBD notice. Solicitation documents are available on/about April 23, 2001 and can be downloaded from the Norfolk District Website at: http://www.nao.usace.army.mil/Ebs/Asp/AdverstiedSolicitation/asp. Solicitation documents are not available in hardcopy. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr200.com. Lack of registration in the CCR database will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED.
Record
Loren Data Corp. 20010402/ZSOL022.HTM (W-088 SN50H781)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on March 29, 2001 by Loren Data Corp. -- info@ld.com