Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOURCES SOUGHT

Y -- Disposal Area 13B Dike Embankment Construction and Weir Completion, Savannah Harbor, Jasper County, South Carolina

Notice Date
1/25/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-06-S-0002
 
Response Due
2/6/2006
 
Archive Date
4/7/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
1. DESCRIPTION OF WORK: The Contractor shall provide all construction, including furnishing of all personnel, transportation, mobilization/demobilization, equipment and materials required in connection with the work described in this Scope of Work. The work shall be performed in accordance with the technical and special provisions contained herein. Work not specifically described herein is nevertheless required if it can be identified as an item commonly a part of normally expected and/or professional grade work of a comparable nature. The project site is located at Disposal Area 13B in Savannah Harbor, Jasper County, South Carolina. Horizontal control shall be NAD83 Georgia East state plane coordinate system. Vertical control shall be Mean Low Low Water based on the NGVD29 datum. Construction work described herein applies to the placing of silt fence, site clearing and grubbing, dewatering, harvesting of earth materials for placement, survey before and after construction, placement and compaction of earth materials, base plate anch ors, vinyl sheet piles and catwalk installation at weir locations, installation of air hoses at underdrain lines, establishment of turf, cleanup, and maintenance of roadways. The perimeter of the disposal area is 21,832 (feet). There are eight access ramp s that total 2,543 feet in length. The bird island areas are eight (8) acres each (16 acres total). There are five (5) weirs requiring base plate anchors, vinyl sheet piles, and catwalk installation. Three air hoses are to be installed, one at each end of the three existing 12 inch diameter underdrain collector pipes. Prior to the embankment work, construction, the Construction Contractor shall perform and complete (1) silt fence installation; (2) all required clearing, and/or stripping operations; (3) the setting of all alignments for dike raising construction, ramp ac cess and bird island limits; (4) and the setting of cross section stations. The dike shall be staked out at 100-foot increments on even stations and at all PCs, PIs, and PTs of curves on the dike by the Construction Contractor. Access ramps shall be st aked out at 20-foot increments along proposed centerlines. The Contractor shall locate and flag existing survey markers, bird island settlement riser tubes, and underdrain locations that are not to be disturbed. The Contractor shall obtain by survey the elevations of the eight existing bird island settlement plates and associated top of riser tubes. Earth materials for construction shall be obtained from Dredged Material Containment Area 13B or 13A. The placing of earth materials while raising dikes, ramps, and bird islands are limited to one vertical foot per week. Catwalks for installation at weir locations will be furnished by the Government. All connecting hardware, base plate anchors, vinyl sheet piles, and other material and labor needed for installation shall be furnished by the Contractor. Tolerance limits are identified for dike and ramp construction that are considered adequate for construction. The Contractor shall be aware that payment will be based on material placed within the construction templates defined. There will be no payments made for materials placed outside the design. Interiors of the containment areas are constantly undergoing a drying and consolidation process that renders the contract survey inaccurate. The Contractor shall perform a topographic survey of borrow areas identified before harvesting of materials. The difference between the contract survey and the before borrow survey is the result of drying and consolidation of the site, and as such, does not constitute a changed or differing site condition as defined elsewhere in this contract. Work requirements include: (1) Raise existing perimeter dikes, ramps and bird islands using earth materials obtained from Area 13B and/or 13A; (2) Clear and Grub the interior of Disposal Area 13B (3) Install base plate anchors, vinyl sheet piles, and catwalks at weir locations; (4) Install air hose connections at north end of 12-inch underdrain pipes; (5) Complete grassing/turf establishment; and (6) Cleanup and removal of debris as needed. Items incidental to work requirements include but are not limited to: (1) Dewatering such that excavation and construction operations are performed in the dry; (2) Testing of moisture content, particle size, Atterberg limits, density, and compaction of fill. (3) Submittal of the Contractors Work Plan. CONTRACTOR QUALIFICATIONS Each bidder shall state whether they are now or have ever performed work comparable to the work of this project. The material inside Disposal Area 13B consists of soft silty soils, inter-bedded with sand lenses and overlying marsh deposits. The bidder shal l be a specialist in the process of working in soft silty soils, inter-bedded with sand lenses and overlying marsh deposits and shall have at least three years experience working in this type of soil environment. The bidder shall provide references, to inc lude a project description, dollar amount and point of contact that demonstrates a minimum of three years successful experience on projects similar to this project. The bidder shall have successfully completed the construction of three such projects. The m inimum requirement to have successfully completed three similar projects and minimum of three years experience will be considered in determining whether the bidder is qualified to perform the work in accordance with Federal Acquisition Regulation 52.209-4002 PAST PERFORMANCE Award will be made to the lowest priced, responsible, responsive bidder, with a responsibility determination made in accordance with Federal Acquisition Regulation (FAR) 9.1, and specifically 9.104-3 (b) satisfactory performance record. Bidders shall submit with their bid the following information to aid in the determination of responsibility: (1) Location, Name, General Description (Scope of Work) of at least 3 to a maximum of five contracts for similar size, complete with monetary value, and date of completion. (2) Point of contacts (names and telephone numbers) for all submitted references so individuals may be contacted for verification. (3) A bank reference, with point of contact and telephone number for verification in accordance with FAR 52.247-6. (FAR) Part 9. A prospective contractor must have the ability to obtain the required resources. Past Performance information must be submitted with your bid. Bids received without this information may be considered non-responsive.
 
Record
SN00972986-W 20060127/060125212431 (fbodaily.com)
 
Source
FedBizOpps 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.