Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2006 FBO #1782
SOLICITATION NOTICE

99 -- Furnish all necessary labor and materials to dewater a section of the upstream area of the American Dam, El Paso, Texas, to permit inspection of the sheet pile by Government engineers.

Notice Date
10/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ06T0042
 
Response Due
10/18/2006
 
Archive Date
12/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a more detailed solicitation is available on the Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/ or at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912HZ-06-T-00 42 , which includes exhibits that could not be posted as this site. Offerors should check the FEDTEDS Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. Solicitation Number W912HZ-06-T-0042 is being issued as a request for q uotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This procurement is SMALL BUSINESS SET-ASIDE under NAI CS Code 561990 (SIC 7389) with a size standard of $6.5 M. The USACE, Vicksburg District, Consolidated Contracting Office, proposes to award a simplified acquisition to furnish all the necessary labor and materials to dewater a section of the upstream area of the American Dam, El Paso, Texas, and to remove the ground water in the inspection area along the upstream edge of the concrete apron and sheet pile cutoff, (USIBWC will excavate the inspection pit) to permit inspection of the sheet pile by Government E ngineers. Dewatering of the inspection area will be to approximately 3 ft below the base of the excavated pit. The base of the excavated pit will be approximately to a depth of 9 ft below the upstream concrete apron, corresponding to approximately elevation 3,667 f t MSL (see profile in Figure 2). The dewatered ground water level will be maintained 3 ft below this elevation for a period of approximately 5 days. The excavated work pit will consist of: a) approximately a 15 ft long x 15 ft wide x 9 ft deep excavated area against the upstream edge of the sheet pile cutoff wall, and b) an excavated approach area with approximately a 1V:5H slope to permit working in the excavated area without the requirement for shoring. The total excavated area may be modified slightly because of the site conditions or excavation requirements for the equipment. However, it is expected that the total excavated area will measure approximately 60 ft x 60 ft and will be dewatered to provide access for equipment and inspection of the upstream sheet pile cutoff. The inspection can only be done during the non-irrigation season which extends from approximately September 1, 2006 through March 10, 2007. The dates for inspection of the sheet pile will be coordinated with ERDC, the Contractor, and the IBWC. The dewate ring and inspection shall be performed during the non-irrigation season. The dewatering and inspection will be completed no later than the March 1, 2007. There is always some degree of flow in the river and the chance of precipitation is likely. The USIBWC will provide an excavator and an operator to open the pit. The USIBWC will provide the necessary State or Federal permits for surface water discharge and/or other required permits to support environmental compliance. The contractor shall furnish all necessary labor and materials to dewater the excavation to permit inspection and sampling of the sheet pile by ERDC engineers. The contractor shall provide all pumps, installation of wells, drains, etc., to perform the nec essary dewatering. The contractor shall be responsible for the security of their equipment and its service (fuel and maintenance). The contractor shall dewater the area such that the ground water is at least 3 ft below the base of the pit and the extende d excavation area and will maintain this level of dewatering for approximately 5 days to permit the inspection and sampling of the sheet pile . At the end of the project, the contractor shall remove the dewatering system and/or grout the wells in accordance with the State of Texas rules and regulations. The Contractor shall submit a dewatering plan for approval by ERDC and USIBWC before work c an commence. The plan shall contain a schedule for mobilization, execution, and demobilization, including removal and/or grouting of the well system. Quality Control and Quality Assurance The contractor shall establish a quality control program to assure the requirements of the contract are provided as specified. Quality Assurance: The Contracting Officer Representative (COR) will troubleshoot issues and inspect/accept services provided under the contract. The COR will help resolve problems due to unusual site conditions, answer any questions that may arise, and assist with the coordination between the U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC) and the U.S. International Boundary and Water Commission (US IBWC or IBWC) representatives for the American Dam Dewatering. Performance: Performance will begin after award of the contract and the notice to proceed has been given. Performance factors will include the approval of the dewatering plan by the ERDC and IBWC representatives. This approval must be granted before any work can proceed. A plan of progress for the dewatering will be developed to include performance based measures. One metric for contract performance will be to measure the water table in the dewatering area and maintain a log of water table measurements on a fixed schedule to identify drawdown levels in the dewatered area. A record of water table elevations in the dewatering area will provide measured performance levels of accomplishment. Deficiencies: Deficiencies will include the failure to meet the proposed time schedules for dewatering, after an agreed upon date for the work is accepted by all three parties involvedThe Contractor, ERDC, and the IBWC. Deficiencies will also include fa ilure to dewater to the maximum elevation specified under this contract. This procurement may be quoted as follows: Line Item 0001: Quantity: 1 , Unit: Lump Sum, Total Amount Line Item 0001 $________; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical/Past Performance: Company history - years in business Previous experience in the area of dewatering Method used for dewatering Schedule - readiness to start after notification Technical and past performance, when combined, are more important than price. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR Provision 52.212-2, Evaluation  Commercial items, applies to this acquisition. Evaluation factors are included. Offerors must include a completed copy of th e provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Im plement Statutes or Executive Orders - Commercial Items, applies to this acquisition. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. Federal Acquisition Regulation (FAR) Clause 52.236-13 Accident Prevention, applies to this acquisition. The latest version and changes to EM 385-1-1 are available at http://www.hq.usace.army.mil. Contractors shall be responsible for c omplying with the current edition and all changes posted on the web as set forth in this Contract. If you are not registered in the CCR, an award CANNO T be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 18 October 2006 not later than 2:00 p.m. at the Vicksburg Consolidated Contracting Office, ATTN: Judy A. Anderson, 4155 Clay Street, Vicksburg, Mississippi 39183-3435, at (601)631-5273 or e-mail at Judy.A.Anderson@mvk02.usace.army.mil . For information concerning this solicitation, contact Judy A. Anderson at (601) 631-5273 or email at Judy.A.Anderson@mvk02.usace.army.mil . Offerors should check the FedTeds Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones . This procurement is SMALL BUSINESS SET-ASIDE under NAICS Code 561990 (SIC 7389) with a size standard of $6.5 M.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01164035-W 20061013/061011220557 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.