Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
MODIFICATION

Y -- PORTUGUES DAM, PORTUGUES AND BUCANA RIVERS PROJECT, PONCE, PUERTO RICO

Notice Date
8/17/2007
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-07-R-0019
 
Response Due
10/30/2007
 
Archive Date
12/29/2007
 
Small Business Set-Aside
N/A
 
Description
Synopsis is being modified to change website location of the solicitation documents when the solicitation is posted on 31 August 2007, from Fedteds to Army Single Face to Industry (ASFI) (https://acquisition.army.mil/). Also the use of options is be ing advertised. The project is located approximately 3 miles northwest of the city of Ponce, Puerto Rico, on the Portugues River. The work will include construction of a 220-foot high, roller compacted concrete (RCC), single center thick arch dam with a crest length of 1,230 feet and an estimated 367,000 cubic yards of RCC. Appurtenant structures include an integral spillway and intake structure. A valve house and control room for reservoir operation is located just downstream, adjacent to the river. W ork will also include foundation excavation in rock, placing foundation concrete, foundation grouting, and development of an on-site quarry for concrete for concrete aggregate production. Several items of work are included by use of options. They include : Internal and external waterstops; as well as filter fabric and stone slope protection for use in slope stabilization; and potential earthwork for the downstream disposal area, quarry overburden and diversion and care of water. The project purpose is fl ood control and recreation and is the final component of the Portugues and Bucana Rivers Project. Other features of work include: Structural/Special - Internal (embedded) or external dam water stops; Instrumentation in dam, including extensometers, vibra ting wire piezometers, open standpipe piezometers, inclinometers, parshall flumes, thermistors, jointmeters, stress/strain meters, structural monitoring reflectors, strong motion accelerographs, automated data acquisition system, data logger enclosures; Di esel generator building, site constructed; Access road bridge; AASHTO type girders, approximately 80 feet in length; Concrete testing laboratory including equipment; and two new modular trailers for construction administration. Civil Site Work: Demoliti on of concrete and rail system; Rock anchors; Rockfall barriers; Erosion control mats; Slope toe drains; Drilling for foundation drains and foundation grouting from gallery; Dam construction diversion and control of water; Foundation concrete treatments an d dental concrete; Drilling precision vertical drains within the dam; Access road approximately 1100 feet in length, asphalt, drainage structures, guardrails; Drainage structures; and Shotcrete. Mechanical/Electrical: Steel piping; Valve house hoists (20 Ton & 15 Ton); Steel trash racks, welded; Sanitary septic holding tanks; Gallery ventilation system including fans and louvers; Valve house ventilation system including fans and louvers; Valve house hvac system; Diesel generator/fuel tank; Sluice gate sys tem for 60 inch diameter opening (2), hydraulic operated with stems and guides, contractor designed, fabricated, & installed; Water Well with purification system; Caged Ladders, aluminum; Hand railing, aluminum; Power line relocation; Crest lighting; Fire detection system; Electronic security system. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated on technical, past performance and price. Performance Period i s approximately 60 months. Magnitude of construction is between $100,000,000.00 and $250,000,000.00. Solicitation will be issued on or about 31 August 2007 and open on or about 30 October 2007. THIS IS AN UNRESTRICTED ACQUISITION. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only an d will be posted on the Army Single Face to Industry (ASFI) Acquisition Business Website at https://acquisition.army.mil/. Interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested offerors must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. You must be registered in the Central Contractor Registrat ion in order to be eligible to receive an award from this solicitation. Please call 1-888-227-2423 for more information. Also, you must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive a n award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov/. The NAICS Code is 237990 and the size standard is $31 Million Dollars
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01376736-W 20070819/070817221949 (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.