Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

Z -- RECOVERY--Z--Rio de la Plata, 114175, C, Phase 1 Flood Damage Reduction Contract 1A, Dorado, Puerto Rico

Notice Date
4/14/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-10-B-0011
 
Response Due
7/7/2010
 
Archive Date
9/5/2010
 
Point of Contact
Karla M. Garcia, 904 2321433
 
E-Mail Address
USACE District, Jacksonville
(karla.m.garcia@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Rio de la Plata flows north from the Sierra Cayey Mountains in central Puerto Rico, in the municipality of Cayey, towards the Atlantic Ocean through the municipalities of Comerio, Naranjito, Toa Alta, Toa Baja, and Dorado. Its basin drains an area of 624 square kilometers. The Rio de la Plata Flood Control Project, upon final completion, will begin at the mouth of the river, west of the Mameyal community in Dorado, and end southeast of the town of Toa Alta. Dorado is located on the northern coastal plain of the Island, about 18 kilometers west of San Juan. Rio de la Plata Flood Damage Reduction Project, Contract 1A, the first phase of the project, will begin at the mouth of the river and end 150 meters north of the PR-165R bridge at Dorado. The project main features to be built for Contract 1A are the channel, the west levee, the west levee spur dike, the east levee foundation, two disposal areas, wetland mitigation areas with estuarine lagoon, all north of the state road PR-165R Bridge. The work includes channel excavation, levee construction, material disposal areas, wetland mitigation areas with estuarine lagoon, culverts, stone protection, utilities relocation and incidental related work. The work will impact approximately 181 acres of estuarine and freshwater wetlands. Construction of a mitigation area shall be as indicated on the Mitigation Plan attached with the Contract Documents. Archeological Studies have identified archeological sites within the work area. General and specific conditions governing the procedures if archeological material is discovered are indicated in the Contract Documents. Archeological Sites requires installation of temporary fences to protect the site during construction. Work of the east levee at the northern end shall be excavated under the supervision of a qualified archeologist. Start with the delimiting archeological conservation areas and implementing the Control Erosion and Prevention of Sedimentation Plan (CES) prior to the beginning of work. Inspect Contract 1A features previously constructed at the site by others. These include the hauling roads, temporary crossings, temporary diversion channels, settlement plates, temporary excavated material depot area and a section of sanitary sewer force line previously constructed. Inspect these works and repair them as specified in the drawings when necessary. The clearing and grubbing of the levee and channel footprints shall be done prior to construction activities in those areas. Levee construction shall start at areas where settlements are to be induced. These areas are at the crossings of culverts, sanitary sewer force line and gravity sewer lines through the levee. A temporary sewer line bypass shall be constructed prior to the removal of the existing sewer line and surcharging of the area. Construction will continue in other areas while primary settlements are achieved. Culvert and sanitary sewer lines installation will be done after settlements are achieved at their respective location. Wetland mitigation areas shall be constructed concurrently with the channel and levee construction. Verify that final levee elevations are met and if required because of levee settlement, fill up to required elevation. Provide aggregate surface course on top of levees and seeding at levees slopes. Magnitude of construction is between $25,000,000.00 to $100,000,000.00. The solicitation will be issued on or about 07 June 2010 with bids due on or about 07 July 2010. The estimated performance period is 790 calendar days after receipt of the Notice to Proceed plus 90 calendar days for final establishment of grass after seeding. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, 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 bidders 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 Registration in order to be eligible to receive an award from this solicitation. Please call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an 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 $33.5 Million Dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-10-B-0011/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02121306-W 20100416/100414234649-83b6e26602579e7c22ffaa9a516d48b5 (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.