Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2002 FBO #0126
SOLICITATION NOTICE

Z -- Stone Repairs to Revetments and Dike Fields and Placement of Riprap Upper Bank Paving, Ohio and Mississippi Rivers

Notice Date
4/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Memphis District - Civil Works, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
DACW66-02-B-0012
 
Response Due
5/23/2002
 
Archive Date
6/22/2002
 
Point of Contact
E. Ann Tucker, 901-544-0770
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Memphis District - Civil Works
(elizabeth.a.tucker@mvm02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The work consists of stone repairs to revetment and dike fields and the placement of riprap upper bank paving on revetments. The work to revetments may include grading; excavation; crushed stone blanket; riprap paving; stone fill; breaking out pavement; pl acing and painting range markers; and range clearing. The work to existing dike fields includes bank grading and dressing; riprap paving and placing of stone fill in specified areas of damage and the removal of stone from some areas. The work consists of placing approximately 300,000 tons of stone. The estimated cost of the proposed work is between $1,000,000.00 and $5,000,000.00. The work is located in the Ohio and Mississippi rivers between Mound City, Illinois (Ohio River Mile 972) and Mouth of White R iver, Arkansas (Mississippi River Mile 599 AHP). The proposed contract listed herein will be awarded under the Partnership Agreement between Small Business Administration (SBA) and the Department of Defense. Small Business Administration's master requireme nt number for this project is 7700-02-2-03043. Firms responding for copies of the solicitation are to include: (1) written certification/verification of current participation in the 8(a) program; and (2) written certification/verification of compliance wi th all other applicable SBA 8(a) program participation requirements. There is a geographical restriction on this requirement. Competition is restricted to 8(a) contractors whose approved business plans are on file and serviced by SBA District Offices in th e following six (6) states, in which the work is to be performed: Arkansas, Illinois, Kentucky, Mississippi, Missouri, and Tennessee. All other firms are deemed ineligible to submit offers. Participation is permitted for 8(a) concerns in both the developm ental and transitional stages. Interested 8(a) firms are encouraged to request a copy of the solicitation as expeditiously as possible. Special Capabilities Required: The contractor will be required to perform the work based on the FY02 specifications that will be issued on or about April 22, 2002. The use of marine construction equipment, highway and some off-highway hauling equipment may be required to perform the work. Examples of such equipment used in the past follow: bulldozer, front-end loader, highw ay dump trucks, off-highway dump trucks, and a small dragline or hydraulic excavator. An outboard boat and motor equipped with a depth finder capable of obtaining accurate soundings and placement control of subaqueous stone have been used. A barge-mounted Bucyrus-Erie 71-B dragline equipped with 100 feet of boom and 3 cubic yard rock bucket has been used for grading and stone placement. The machine barge was equipped with spuds and winches. The winches are used to raise and lower the spuds. A workboat is ne eded for moving from one location to another the barge-mounted dragline, loaded rock barge(s), and offices for the contractor/or government inspector. The 8(a) contractor is responsible for an approved stone source or combination of approved sources that a re capable of supplying the quality, quantities, gradations and rates needed to maintain the scheduled progress of the work for both the revetment repairs and dike repairs. In the past, the majority of the work has been accomplished by a barge-mounted drag line. However, overbank work has been required at revetment and dike locations that required the use of highway and /or off highway dump trucks, bulldozer and use of a small dragline. The services to be procured in this solication are classified in Standar d Industrial Classification (SIC) Code 1629, NAICS Code 234990. To qualify as a small business concern, the concern must have had average annual receipts for the preceding three fiscal years not exceeding $28.5 million. In addition to the above, all 8(a) c ontractors eligible to compete must have bonding capacity over $3,000,000.00. The official copy of the solicitation will be provided on compact disk at no charg e. A compact disk may be ordered via facsimile at (901) 544-3142.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District - Civil Works 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN00054317-W 20020407/020405213353 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.