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
SOLICITATION NOTICE

Z -- Draining of Beneficial Use Sites 1A and 4A in Chocolate Bay, Texas, Brazoria County, Texas.

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-07-T-0016
 
Response Due
9/18/2007
 
Archive Date
11/17/2007
 
Small Business Set-Aside
N/A
 
Description
I. Objective. The work to be performed under this purchase order consists of furnishing all labor, materials, supplies and equipment necessary for draining of Beneficial Use Sites 1A and 4A in Chocolate Bay, Texas to facilitate the interior planting of Spartina alterniflora (S. alternifora) and Spartina patens (S. patens). II. Project Site. The project site is Chocolate Bay Beneficial Use Site 1A located near the western upstream side of the confluence between Chocolate Bayou and the Intracoastal Waterway and is shown on Sheets 1 and 3 of the attached drawings. Beneficial Site 4A is located about 1.5 miles downstream of the FM 2004 bridge over Chocolate Bayou and is also shown on Sheets 1 and 2. III. Description of Work. Install a commercially available agricultural flashboard riser made of galvanized steel in Placement Area 4A and 1A as shown in the drawings to drain the existing interior water. Install the flashboard riser to a depth of the existing interior bottom mudline to allow a corrugated metal pipe of no less than 18 inches in diameter through the existing levee in PA 4A and through the existing geotextile tubes in Placement Area 1A. A. Beneficial Use Site 1A: Geotextile tubes shall be cut at the location shown and enough interior material extracted from the tube so the discharge pipe of the flashboard riser will fit and lay at the proper slope for appropriate interior drainage. The ends of the geotextile tubes once enough material is vacated shall have the ends resewn to prevent further loss of fill material. The placement of the headwall of the flashboard riser will be as close to the interior line of geotextile tube s as possible. A metal grated ramp rated for at least 500lbs of load capacity shall be placed to access the board risers. The riser channels shall be of sufficient width to accommodate only the thickness of a commercially available treated 2-inch x 4-inc h No. 2 board. The area cut from the geotextile tubes will be back filled with 50lb concrete mix filled marine bags. The concrete bags shall be neatly stacked over the discharge pipe and riser structure base to an elevation of the surrounding geotextile tube. The discharge end shall have enough pipe length to discharge at least 5 feet away from the base of the geotextile tube. B. Beneficial Use Site 4A: The levees shall be cut at the location shown and a flashboard riser placed at the appropriate elevation to allow for adequate drainage of the interior of the placement area to facilitate planting. The cut material shall be stockpiled in the dry and used to backfill the pipe and structure once installed. The horizontal offset of the headwall of the flashboard riser shall be as close as possible to the interior slope of the earth levee. Sufficient discharge pipe shall be added to the basic structure to allow for drainage past the outside slope of the levee. The area where the pipe runs through the levee shall be backfilled with the stockpiled material and sufficiently packed to prevent seepage through the earth and pipe interface. A metal grated ramp rated for at least 500lbs of load capacity shall be placed to access the board risers. The riser channels shall be of sufficient width to accommodate only the thickness of a commercially available treated 2-inch x 4-inch No. 2 board. C. Repair of breach on Placement Area 4A. The breach on the earthen levee on placement area 4A on the location shown on the drawings shall be repaired and restored to the surrounding levee conditions. An estimated 4CY of material in needed to restore the breach. A photograph of the breach is included. IV. General Instructions. The contractor is responsible for providing all equipment, labor, and materials to complete work described in this Scope of Work including mobilization and demobilization to the job site, which is remote. In addition, it i s the responsibility of the Contractor to be familiar with the site conditions and weather forecasts (including tide changes) during the project. Tides may impact the Contractor's ability to access the site. The Contractor shall take precautionary measures to ensure success of the job and appropriate installation of the agricultural board risers. The Contractor shall be aware that there may be colonial waterbird nesting in the two sites. All workers and equipment need to maintain a distance of approximately 200 feet from the nesting bird colony. The contractor may choose a different vendor or configuration for the agricultural board riser, but any proposed agricultural board riser including those suggested must be approved by the contracting officer prior to purchasing. The contractor will provide a plan on how he is proposing to install the agricultural board risers including anchoring system and elevation control, complete with sketches and product cut sheets if necessary to illustrate 7 days prior to commencing work for approval by the contracting officer. V. Acceptance of Work. A preliminary inspection of the marsh vegetation will be held immediately following the initial installation of the vegetation by the Corps and the Contractor. The Contractor shall comply with the following performance requirements. 1. The agricultural board riser shall be properly anchored. 2. Drainage of the placement can be accomplished with agricultural board riser during low tides (l.5 ft MLT or less). 3. The agricultural riser can prevent tide water up to an elevation of 4 ft MLT from entering through the structure itself. 4. The agricultural board riser shall be accessible through the plank or catwalk to allow one person to easily add or extract boards for the control of the water elevation in the interior of the placement area. VI. Deliverables Placement Area 1A and Placement 4A Installed Agricultural Board Riser in each placement area, properly anchored and able to provide sufficient drainage of the interior of the placement area to allow for consolidation and drying of some of material on the interior to facilitation planting of S. alterniflora and S. patens. Repair of breach on Placement Area 4A. A list of internet links to agricultural board riser manufacturers is provided. No endorsement is made of any of the vendors listed below. The contractor is encouraged to find other vendors if they are better suited for this application. a. http://www.callus4pipe.com/page9.html b. http://www.dunklingrain.com/ c. http://www.seabreeze-culvert.com/risers.htm VII. Completion Schedule - This contract shall be completed in 21 days from the delivery order being executed. Weather shall be allowed for only tide conditions either above 3 ft MLT or below 1.5 ft MLT. The estimated solicitation issue date is on or about 31 August 2007. The estimated cost range for this project is between $25,000.00 and $100,000.00. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $31 million and will be advertised, UNRESTRICTED. Plans and specifications will not be available in paper format or on compact disc. After solicitation issuance, contractors may register to be placed on a plan holders list, view and/or download this solicitation and all amendments at the following internet addresses: https://acquisition.army.mil/asfi/ and http://www.fbo.gov/ Please view our local website at https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm for synopsis information. It is the offeror's responsibility to monitor the FedBizOpps web site (using the above link) for amendments to the solicitation. All offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must b e registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov The Contract Specialist for this project is Lucille Smith, (409)766-3845, lucille.r.s mith@usace.army.mil . For technical information please contact Mr. Shakhar Misir, Construction Manager at (409) 766-3094 or via e-mail at shakhar.d.misir@usace.army.mil or Mr. Luis Saenz at (409)766-3974. Subcontracting goals for the Galveston District ar e: 51.2% - Small Business; 8.8% - Small Disadvantaged Business; 7.3% - Woman-Owned; 3.1% - HUBZone Small Business; 1.5% - Service-Disabled Veteran-Owned Small Business.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01376784-W 20070819/070817222105 (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.