Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

Y -- Tunnel Rehabilitation, Turkey Creek Tunnel Improvements Phase II

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-06-R-0046
 
Response Due
9/5/2006
 
Archive Date
11/4/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION. In general, work is for construction of improvements to the existing Turkey Creek Tunnel to address deterioration of the liner and invert, and erosion of exposed rock. Work will include dewatering and water control utilizin g existing and new bulkheads to dewater low areas within the tunnel and allow for construction of the required improvements. Preparatory activities include the removal of rubble, debris and intact rock and concrete. Lean concrete will be placed to fill v oids in the invert. A new high-strength concrete invert will be constructed. High-strength shotcrete sidewalls will be constructed as shown on the drawings. Remaining voids in erosion cavities will be filled as required by the contract documents. Perma nent arch support consisting of rock reinforcement and steel fiber reinforced shotcrete will be installed. Severely deteriorated or missing section of tunnel sidewall liner will be replaced with high-strength shotcrete. A survey of the entire tunnel wil l be performed for an as-built record of completed work. The government anticipates award of this contract in September 2006. The Government does not guarantee award within this period nor shall the Government be liable for any costs should award occur b efore or after this period or occur at all. Estimated project cost range is between $1,000,000 and $5,000,000. 2. PROJECT INFORMATION. Turkey Creek is a right bank tributary of the lower Kansas River with its headwaters in Lenexa, Kansas. It has a drainage area of 23 square miles before passing through an approximately 1,261-foot long tunnel and approximately 17 7-foot long subway to the Kansas River. Turkey Creek is approximately 15 miles long and runs parallel to I-35 nearly its entire length. The Turkey Creek Tunnel is concrete lined, 28-foot diameter horseshoe shaped, and approximately 1,261 feet in length. The downstream end of the tunnel is directly connected to the Subway, which is a box-shaped, concrete structure and approximately 177 fee t in length. Construction of the tunnel and subway was completed circa 1920. The tunnel passes through several ledges of limestone and shale belonging to the Kansas City Group. The Turkey Creek General Reevaluation Report dated January 2003, and the Rep ort of the Chief of Engineers for Flood Damage Reduction in the Turkey Creek Basin, Kansas City, Missouri and Kansas City, Kansas, dated December 19, 2003 (GRR) addresses improvements to the Turkey Creek Tunnel to be performed as part of the Federal Projec t. Improvements include erosion cavity repair (void filling) in the upper 300 feet of the existing tunnel and repair/replacement of the deteriorated liner downstream of the upper 300 feet of tunnel. Tunnel improvements detailed in the GRR were divided i nto Phase 1 and Phase 2 because of the different construction procedures required in the upstream portion of the tunnel versus the downstream portion, and for logistical reasons. In general, Phase 1 Improvements addressed repair of the sidewall erosion ca vities in the upstream 300 feet of tunnel and invert damage in the upstream 500 feet. Phase 2 will address the deteriorated liner downstream of the Phase 1 Improvements, and the remaining improvements to the upstream 500 feet of the tunnel at the completi on of Phase 1. 3. SELECTION CRITERIA. The selection of the contractor will utilize the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. Each offeror must submit a proposal in accordance with the solicitation along with its offer to be considered for award of a contract for the requirements of the solicitation. The government will select the lowest price from those responsible offerors whose proposal conforms to the solicitation and are determined to be techn ically acceptable according to the technical requirements cited in the solicitation. 4. SUBMITTAL REQUIREMENTS. The U.S. Army Corps of Engineers, Kansas City District, intends to issue one solicitation and one contract will be awarded. The solicitation is web based and will be available on or about 4 August 2006 and proposals will be due on or about 5 September 2006, 5:00 p.m. central standard time. To find s olicitations for the Kansas City District, vendors must go to the Federal Business Opportunity website at http://www.fedbizopps.gov. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. There will be one priced and one unpriced option. In accordance with FAR 36.20 4 and DFARS 236.204, the estimated magnitude of this construction project is between $1,000,000 and $5,000,000. The estimated performance period for completion of construction is 600 calendar days from Notice to Proceed (NTP). The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Low Price Technically Acceptable Offer. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors wi ll be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 237990, with a standard size of $31,000,000. For the purposes of this procurement, a concern is considered a small business if its annual averag e gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. The solicitation will be unrestricted; this is a full and open competition open to both large and small businesses, and proposals for all responsible sourc es will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targe ted goal percentages for this project are; Small Business 51.2%, Small Disadvantaged Business 8.8 %, Women-Owned Small Business 7.3 %, HUB Zone Small Business3.1 %, Service-Disabled Veteran-Owned Small Business 1.5 %, Historically Black Colleges & Universi ties/Minority Institutions (HBCU/MI) 13.9%. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot?g? Agreements, Small Business Consortiums, and other innovative Teaming arrang ements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION. All potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeds in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format on FedTeds Inte rnet Web Site only https://www.fedteds.gov/. You can access the FedTeds website from FedBizOpps by clicking on the link labeled, Technical Data Package, then in the next screen, vendors must be actively registered in FedTeds website. There will be no pri nted hard copies or CD-ROM Disks provided by this agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee . Potential offerors with limited printing or downloading capabilities should consider these alternatives. PLEASE NOTE NEW REQUIREMENTS. CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creat ion of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at http://www.ccr.gov. If assistance is need with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for registration ma y be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. ORCA REQUIREMENTS: There is a new Federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications requi red by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to biddi ng, a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found in cited FAR Case, as well as by visiting the help section of the ORCA website at http://orca.bpn. gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. The point-of-contact for technical questions is Scott Vollink at 816-389-3600, scott.d.vollink@nwk02.us ace.army.mil. The point-of-contact for contractual questions is Robert Williams at 816-389-3843, robert.e.williams@nwk02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01085806-W 20060712/060710221020 (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.