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
MODIFICATION

Z -- RECOVERY--Z--Construction project for Hop Brook Lake Dam Remedial Foundation Grouting, Hop Brook Lake, in the City of Waterbury and the towns of Middlebury and Naugatuck, Connecticut

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U. S. Army Engineer District, New England, US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-09-R-0013
 
Response Due
8/29/2009
 
Archive Date
10/28/2009
 
Point of Contact
Brad Schweitzer, 978-318-8022<br />
 
E-Mail Address
US Army Engineer District, New England
(brad.a.schweitzer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--RECOVERY--The U. S. Army Corps of Engineers, New England District is soliciting prospective contractors to perform a construction project for Hop Brook Lake Dam Remedial Foundation Grouting, Hop Brook Lake, in the City of Waterbury and the towns of Middlebury and Naugatuck, Connecticut Hop Brook Lake Dam is located in the City of Waterbury and the towns of Middlebury and Naugatuck, Connecticut. The dam is located on the Hop Brook about 1.4 miles above its confluence with the Naugatuck River. The Corps of Engineers constructed Hop Brook Dam to provide flood protection in the Naugatuck River Watershed in the State of Connecticut. The project is operated as part of a system in conjunction with four other Corps of Engineers flood control reservoirs in the Naugatuck River basin, to reduce flood flows on the Naugatuck and Housatonic Rivers. Construction of the 520 feet long, 97 feet high dam began in December 1965 and was completed in December 1968. The work of this project involves installing a vertical grout curtain for the dam embankment. The vertical grout curtain will be installed along the same alignment as the foundation cut-off grout curtain that was installed during initial construction. The alignment of the curtain runs from abutment to abutment, and down to the upstream toe in the center, thus forming a V-shape as seen both in plan view and in section view. The curtain consists of three lines; a center line, an upstream line, and a downstream line, with the lines being 5 feet apart. The holes comprising the upstream and downstream lines shall be vertical while the center line shall consist of holes inclined 15% to the south or west along the curtain's alignment. Primary holes shall be 20 feet apart. Holes shall extend from the riprapped upstream dam face down through the riprap and the embankment (0-58 feet thick) and extend an additional 60 feet into the foundation bedrock, a highly fractured and folded schistose gneiss. In order to ease access and perform work on the 2.5:1 riprapped slope, crushed stone shall be placed along the curtain alignment to form an access road. An additional component of this project is the installation of four piezometers, three on the downstream face near the right abutment, and one on the far left abutment. The government intends to award a Firm Fixed Price contract as a result of this solicitation. This solicitation will be issued on an unrestricted basis and evaluated using the Best Value Tradeoff method. The estimated construction cost of this contract is between $1,000,000 and $5,000,000. The NAICS code for this procurement is 237990 with a size standard of $33,500,000. The Request for Proposal will be issued on or about July 24, 2009. All interested contractors can download the solicitation at the Federal Business Opportunities website (www.fbo.gov). The due date for proposals will be stated in the solicitation. Requests for solicitation documents by telephone, e-mail or fax will not be honored. Instructions for proposal submission and evaluation factors will be provided in the solicitation. All responsible sources may submit a proposal for consideration by the New England District. Note: This amendment changes the estimated issue date to July 24, 2009 and the evaluation method from Lowest Price Technically Acceptable (LPTA) to Best Value with Tradeoffs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-09-R-0013/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA<br />
Zip Code: 01742-2751<br />
 
Record
SN01884299-W 20090724/090723000348-c000c752a24bd4f1b990937c1d8ab827 (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.