Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2008 FBO #2236
SOLICITATION NOTICE

Y -- San Antonio Channel Improvement Project (SACIP), Mission Reach Ecosystem Restoration and Recreation

Notice Date
1/8/2008
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0138
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
Pat Jackson, (817) 886-1054
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(Patricia.A.Jackson@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This request for proposal is a designed, full and open contract for construction. The project is to implement fish and wildlife habitat restoration activities and construct recreational features along and within the river. The project - The San Ant onio Channel Improvement Project (SACIP), Mission Reach Ecosystem Restoration and Recreation - is a four-phase multi-year channel reconstruction project. The project is to be constructed in a minimum of four phases, sequentially moving from upstream to dow nstream. Additionally, the project will serve to add cultural context and reinforce the connections between the four historic missions situated along this reach of the river. This notice is in reference to the first phase of construction for the Mission R each. Phase 1 begins at Lone Star Boulevard and continues downstream 1.2 miles to just below the San Antonio River confluence with San Pedro Creek. This portion of the San Antonio River is currently maintained as a grass-lined, trapezoidal channel desig ned to convey peak storm discharges for the 100-year storm event. Care of water consideration includes provisions for diverting river baseflow in order to reconstruct the pilot channel. Base flow varies depending on spring flow, but it currently is in th e range of 150 cfs. This high level of flow is expected to be the minimum flow throughout the coming spring and summer months. Restoration and recreation features included in this phase of the project are: construction of a pilot channel, a thalwag, shee t pile weirs, rock riffle structures, embayments, slope stabilization using a reinforced soil slope system, an irrigation system, pedestrian trail, in-stream pedestrian footbridges (capable of carrying emergency equipment and becoming completely submerged during storm events), picnic tables, benches, trash receptacles, drinking fountains, and trail signage. Sustainability of the restoration is enhanced through the use of channel slope and over-bank erosion protection and establishment of approximately 35-a cres of native riparian vegetation. Due to the unique restoration goal of the project, all measures taken to ensure the successful establishment of the proposed ecosystem, including invasive vegetation removal and control, sub-surface and surface soil prep aration, seed handling, and seeding operations, including proper controls for non-native plant contamination of equipment, are to be considered critical. Included as an Option will be approximately 9600 linear feet of 36 inch diameter reinforced drilled piers in 7 locations along the phase 1 reach. These piers would be installed at approximately midslope to remediate long-term slope stability issues. The magnitude of the construction is between $10,000,000 and $25,000,000. The RFP solicitation is antic ipated to be issued on or about 4 February 2008. No public bid opening procedures are applicable to this solicitation. A firm fixed price UNRESTRICTED contract is anticipated to be awarded using Best Value Evaluation criteria. Anticipated award date i s 4 March 2008. Anticipated completion date is September 2009. FAR 52.219-14, Limitations on Subcontracting, applies. The successful offeror is required to perform at least 25 percent of the final cost of the contract, not including the cost of materia ls, with its own employees. The 2002 North American Industrial Classification System (NAICS) code applicable to this project is 237990; SIC is 1629. The Product Service Code is Y219. The Small Business Size Standard is $31 Million. After solicitation i ssuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf.frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0138 The use of the FedTeds webs ite requires prior registration at www.fedteds.gov. Plans and specifications will not be made available in paper format or on compact disk. It is the Offeror s responsibility to monitor the FedBizOps website and FedTeds website for amendments to the solicitation. You must be registered with the Central Contractor Registration (CCR) database to receive a Government contract award. You may register with the CCR at http://www.ccr.gov . The Primary Point of Contact for this project is Ms Patricia Jackson, USACE Contract Specialist, (817) 886-1054. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the FedTeds website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedTeds address after solicitation at the f ollowing address: https://www.fedteds.gov/fedteds/start.nsf.frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0138. Contractors shall register themselves at this Website under the solicitation number to receive a copy of the solicitation. Further, all potential Offerors are also encouraged to visit the Armys Single Face to Industry website located at http://acquisition.army.mil.default.htm to view other official business opportunities.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01480901-W 20080110/080108223911 (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.