Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

Z -- RECOVERY--Z--Recovery-Right Abutment Seepage Remediation Exploratory Drilling and Grouting, Francis E. Walter Dam and Reservoir, Carbon and Luzerne Counties, PA

Notice Date
7/22/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-B-0041
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Emily M Sheaffer, 215-656-6912<br />
 
E-Mail Address
US Army Engineer District, Philadelphia
(emily.m.sheaffer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--The contract work consists of, but is not limited to, the following items of work: (a) Drill exploratory borings through dam embankment and into the foundation rock and determine the permeability of the subsurface material. (b) Install a double line 600 linear foot grout curtain along center of dam. The double row grout curtain will be installed utilizing a split space technique with primary grout holes spaced at 40 feet apart. (c) The construction will include drilling of primary, secondary and tertiary inclined holes on the order of 15 degrees from vertical through the overburden embankment materials utilizing dry sonic drilling techniques. It is anticipated that the overburden drilling will require depths up to approximately 200 feet, installation of and grouting of temporary steel casing through the overburden materials and seated into the top of rock. Subsequent to the overburden drilling, drilling using diamond rotary, percussion drilling, or other approved techniques with water flush to depths of 30 feet into the foundation rock. (d) Pressure washing/flushing of holes will be performed prior to performance of pressure testing to determine the permeability of the foundation rock zone. Grouting will be performed using balanced stabilized grouts and an automated grouting control system. The contractor will be required to design and test balanced stabilized grout mixes with various additives and implement procedures to ensure that the grouting achieves closure below the required residual effective permeability. (e) To perform the water flushing, pressure testing and grouting applications, a water distribution system must be designed and supplied, using water from the upstream lake, to enable work during all weather conditions. All grouting and pressure testing must be computer monitored. Installation of all hardware and software for real-time computer monitoring with on-screen graphical display of pressure, flow rate, and permeability; and expertise integrating this system with the physical work for quality control, routine grout mix selections, quantity determinations, job control, and documentation of work performed is required. (f) Drilling and installation of several piezometers, installation of data acquisition instrumentation and satellite automation of all existing and newly installed piezometers will also be included in the work. Solicitation Number W912BU-09-B-0041 will be issued on or about 05 August 2009 with a bid opening date of 04 September 2009. The project duration is 180 calendar days. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. The NAICS Code for this project is 237990 (SIC 1629) with a size standard of $33.5 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Plans and specifications should be downloaded via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-B-0041/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01883594-W 20090724/090722235433-b3fea6377c60fb0844320252bc50a5f1 (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.