Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
MODIFICATION

Z -- Shoreline Repairs at U. S. Coast Guard Training Center, Yorktown, VA

Notice Date
5/25/2004
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road Suite K, Norfolk, VA, 23513-2400
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-04-B-3EFK14
 
Response Due
7/8/2004
 
Archive Date
7/23/2004
 
Point of Contact
Donna Miller, Contract Specialist, Phone 757-852-3422, Fax 757-852-3495, - Carol Anton, Contract Specialist, Phone 757-852-3416, Fax 757-852-3495,
 
E-Mail Address
dmiller@fdcclant.uscg.mil, canton@fdcclant.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Provide materials and services necessary for the Shoreline Repairs, U. S. Coast Guard Training Center Yorktown, Yorktown, VA, U. S. Coast Guard Training Center Yorktown, Virginia. The scope of the project follows: Phase 1: Install an anchored steel sheet pile bulkhead starting in the vicinity of the Navy Pier, extending approximately 700 feet to the southeast. The anchoring system will consist of soil anchors installed at approximately 10 feet on center with a reinforced concrete cap serving as the wale. The bulkhead will be approximately 19 feet high from top of concrete cap to top of riprap toe protection. The top of the bulkhead will be at EL +28.0 NGVD with the tips of the sheet piles at EL ?14.0 NGVD. Work will also include removal of existing concrete blocks, miscellaneous debris, and removal of approximately 500 feet of chain link fence. Install new VDOT Class III stone toe protection at the base of the bulkhead to protect the toe of the bulkhead from scour during storm events. The top of the toe protection will be at EL +9 NGVD, with the base of the toe protection at EL +5 NGVD. The stone will rest on a 6 inch bedding layer of No. 357 stone and geotextile fabric. Phase 2: Install new stone shore protection along the slope starting at the end of the new anchored steel sheet pile bulkhead and continuing to the edge of Area 3 (approximately 1200 feet). The shore protection consists of a 6 inch thick bedding layer of No. 357 stone covered with geotextile fabric. A 4 foot thick layer of VDOT Class III armor stone will be placed on top of the geotextile fabric. The top of the shore protection is at EL +11 NGVD and slopes down to toe at EL +1 NGVD at 2.5H:1V slope. The existing storm drainage outfalls will be extended through the new stone shore protection using ductile iron pipe. The existing outfalls consist of reinforced concrete pipe and corrugated metal pipe. Work will also include removal of miscellaneous debris and removal of approximately 550 feet of chain link fence. Phase 3: Install new stone shore protection along the slope starting at the end of Area 3 and continuing to the edge of Area 5 (approximately 950 feet) in order to preserve the existing shoreline and vegetation, and protect existing utilities ad structures. The shoreline protection will be similar to the proposed Phase 2 revetment. The existing storm drainage outfalls will be extended through the new stone shore protection using ductile iron pipe. The existing outfalls consist of reinforced concrete pipe, corrugated metal pipe, cast iron pipe, and PVC pipe. Phase 4: Provide beach nourishment within Area 5, which consists of placing and grading sand on the shoreline behind the existing breakwater mounds to build it up pre-storm conditions. The top of the slope will be at EL +5 NGVD and sloped to EL 0 NGVD. The sand will be trucked in and mechanically placed and graded. Provide vegetation sprigging on the new sand slopes between the York River and Wormley Creek to provide erosion control measures for the slope and incidental related work. Work includes a base bid item and two additive items. All work shall be accomplished in accordance with Specification No.K03096 and K04002 and Drawing No.K03096 and K04002, Sheets 1 through 24. All work shall be completed within 425 calendar days after Award. THIS PROCUREMENT IS 100% SET-ASIDE FOR THE HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) SMALL BUSINESS CONCERNS. (Status as a qualified HUBZone small business concern is determined by the Small Business Administration (SBA) and SBA will issue a certification to that affect in accordance with 13 CFR part 126) Offers that are not from qualified HUBZone small business concerns shall not be considered and shall be rejected. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT THE FOLLOWING ADDRESS: http://www.eps.gov . Any prospective bidder interested in bidding on this solicitation must REGISTER at this web site and download plans and specifications. The solicitation will be available on the web site on or about June 8, 2004. The approximate date for bid opening for Solicitation No. HSCG47-04-B-3EFK14 is July 8, 2004 at 2:00 p.m. in Norfolk, VA. The estimated construction cost is between $3,000,000.00 and $5,000,000.00. The applicable North American Industry Classification System (NAICS) code for this acquisition is 237990 and the small business size standard is $28.5 Million. HSCG47-04-B-3EFK14*****
 
Place of Performance
Address: Yorktown, VA
Country: USA
 
Record
SN00591769-W 20040527/040525211613 (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.