Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

Y -- Howard Hanson Dam (HHD) Risk Management Implementation (Wells/Drains), Enumclaw, WA

Notice Date
8/2/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-10-R-0060
 
Response Due
8/23/2010
 
Archive Date
10/22/2010
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO ALL OFFERORS: The USACE Seattle District intends to use Sealed-Bidding, Two Step process outlined under in Federal Acquisition Regulation (FAR) Subparts 14.503. The anticipated response time associated with the forthcoming solicitations will be abbreviated due to the urgency of this requirement. The Government anticipates holding a site visit and pre-bid conference one week following posting of the solicitation; actual date TBD/TBA. Project Magnitude: More than $10,000,000. Site Visit: TBD/TBA at a later date. This requirement is subject to the availability of funds. PROJECT WORK: Work will consist of installing approximately 38 new vertical drains, installing a dewatering system in 12 of the new vertical drains, installing approximately 23 horizontal drains from inside a drainage tunnel, abandoning horizontal drains, abandoning a drain pipe beneath the floor of a drainage tunnel, converting 10 existing 6-inch vertical drains to piezometers, and installing 6 stand pipe piezometers within the right abutment at Howard Hanson Dam. The new vertical drains will consist of stainless steel screens 8-inch diameter surrounded by sand filter pack in an 18-inch diameter bore hole. Twelve of the vertical drains will be installed from ground surface (elev. 1230 feet) to elevation 1080 feet to be connected to a tunnel spur to be installed under a separate contract. These 12 drains will be incorporated into the dewatering system. The remaining 26 vertical drains will be drilled from the ground surface (elev. 1300 feet) to intersect, penetrate, and extend below the existing tunnel invert (elev. 1100 feet) to a final elevation of 1050 feet. The portion above and below the drainage tunnel will be completed as separate drains. Drilling tolerances will be very tight to ensure proper intersection with the existing drainage tunnel. The new horizontal drains will consist of 2x4 inch stainless steel pre-pack screens 50 feet in length. The horizontal drains and floor drain pipe will be abandoned with a chemical grout. The existing drains to be converted to piezometers consist of 6-inch diameter perforated steel casing approximately 200 feet deep and will be converted to standpipe piezometers with a gravel filter. The 6 new piezometers will consist of 2-inch diameter pvc screen and casing surrounded by sand filter pack in a 6-inch diameter bore hole. All work is to be accomplished in an expedited manner for this dam safety Interim Risk Reduction Measure. Construction of the 12 new vertical drains and dewatering system, as well as the horizontal drains are the highest priority and shall be started first. The construction of the 12 new vertical drains and associated dewatering system will be constructed simultaneously with the horizontal drains. As horizontal drains are completed in sections of the tunnel, abandonment of the floor drain pipe and construction of the vertical drains may begin in the completed section. As construction of the vertical drains is completed, adjacent existing drains will be converted to piezometers. The anticipated performance period for the 12 vertical wells and associated dewatering system is 12 weeks. The anticipated performance period for the horizontal drains and the 26 vertical drains installed through the existing drainage tunnel is 26 weeks assuming that construction of the vertical drains may begin 2 weeks after the start of the horizontal drains. In addition, it is anticipated that 2 weeks will be required for site preparation. All remaining work to include conversion of existing drains to piezometers and installation of new piezometers will be completed within 2 weeks after completions of the drains. The total anticipated performance period is 30 weeks; however, this is subject to change. The following are the evaluation criteria for Step 1 & 2 respectively: Evaluation Criteria: Evaluation of bids will consist of the following steps: -Step 1: Technical -Step 2: Pricing Step 1: Evaluations shall be based on the technical criteria in the invitation for bids with the following ratings: a.Acceptable; b.Reasonably susceptible of being made acceptable c.Unacceptable This step consists of the request for, submission, evaluation and discussion of each offerors technical bid. No pricing will be evaluated during this step. The objective of the evaluation during this step is to determine contractor capability to provide necessary services. Offerors bids will be rated on an acceptable / unacceptable basis during this step. Offerors rated unacceptable will not be considered during Step 2 and will not be eligible for contract award. Evaluations conducted during this step will be based on the following factors: Requirements of the Technical Bid: 1. Relevant Experience in Key Construction Areas 2. Qualifications of Key Team Members 3. Technical Approach 4. Proper Equipment to Perform Work as Specified *Note: The technical bid shall NOT include prices or pricing information. Offerors should submit bids that are acceptable without additional explanation or information. The Government may make a final determination regarding a bids acceptability solely on the basis of the bid as submitted, and the Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of bids that it considers reasonably susceptible of being made acceptable, and may discuss bids with their offerors. Bidders shall comply with the specifications in the technical bid The names of firms that submitted acceptable bids in Step 1 will be listed through the GPE for the benefit of prospective subcontractors. Step 2: This step consists of sealed bids for PRICING ONLY. Only bids determined to be technically acceptable under Step 1, either initially or as a result of discussions, will be evaluated under Step 2. Only fixed-price sealed bids are submitted and an award is made, similar to conventional sealed bidding, except competition is limited to technical offers determined acceptable under Step 1. Evaluations and awards are made in accordance with Federal Acquisition Regulation (FAR) Subparts 14.3 and 14.4. ADDITIONAL STANDARD LANGUAGE NEEDED IN SYNOPSIS: Project is open to both large and small business on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 237990 with a size standard of $33.5 million. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-866-606-8220. Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 ) Register to receive notification of solicitation/amendment posting at https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-R-0060/listing.html The solicitation for Step 1 will be available for download on or about: 8/02/2010 (tentative).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-R-0060/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02226210-W 20100804/100802235658-b54af3dfcc26af9724a79d1d70b19686 (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.