Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

38 -- Gallery and Plaza Grouting, Wolf Creek Dam, Russell County, Kentucky

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-10-B-0011
 
Response Due
10/29/2010
 
Archive Date
12/28/2010
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The U. S. Army Corps of Engineers, Nashville District intends to issue an Invitation for Bid (IFB) for a firm fixed price contract to furnish all labor, materials, supplies, and equipment to perform the following work at the Wolf Creek Dam in Russell County, KY. PROJECT DESCRIPTION: This is an explanation of the general contract requirements associated with construction of a temporary water collection/ treatment system, a gallery grout curtain, and a plaza gallery curtain, in accordance with the plans and specifications that will be in the Solicitation. The work is located in the dam gallery and plaza of Wolf Creek Dam. A grout curtain shall be installed in the dam gallery from the right terminus of the gallery to base of the right abutment constituting a grout line about 1500 feet in length and approximately 140 feet deep. A separate grout curtain shall be installed in the Power Plant Plaza adjacent to an existing diaphragm wall. This 600-foot long plaza grout curtain requires drilling and installing casing through about 70 feet of soil prior to constructing a 60-foot deep grout curtain in rock. At either location the rock and concrete shall be subjected to water pressure testing and pressure grouting using a real-time, automatic system. Balanced stable grouts are required. The Contractor shall be responsible for the removal of all drill fluid, drill waste, and 200 GPM seepage inflows during the contract period. This description is not intended to be all encompassing in the descriptions. NAICS AND SIZE STANDARD: The NAICS code for this project is 238110 with a small business size standard of $14,000,000. TYPE OF SET-ASIDE: IFB W912P5-10-B-0011 is 100% set-aside for small business concerns. The Government intends to award without discussions. The project specifications and project location will be defined in the Solicitation document. The project will require both payment and performance bonds for 100% of the contract price. Offerors must have sufficient bonding capacity. CONTRACT TYPE: From this IFB, the Government intends to award one firm-fixed price construction contract. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $5,000,000 and $10,000,000. SOLICITATION RELEASE DATE: The anticipated release date for IFB W912P5-10-B-0011 is on or about September 13, 2010, with a projected bid submission date of October 13, 2010. The IFB may release at an earlier date, and it is the responsibility of the potential bidder to monitor FedBizOpps for updates. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors must be successfully registered in the CCR, www.ccr.gov, in order to receive a Government contract award. ON-LINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs available on-line in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. ADDITIONAL INFORMATION: This acquisition shall require the primary contractor to perform atleast 51 percent of the cost of this contract, not including the cost of materials. Specific information pertaining to this procurement will be available in the solicitation. The IFB documents for this procurement will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, all potential offerors responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Isaac Taylor, telephone: 615-736-5679, fax: 615-736-7124, email: Isaac.J.Taylor@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the IFB number, company name, address, email address, phone number including area code, facsimile number, and point of contact. NOTE: This Notice is being issued for planning and informational purposes only. It does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept bids as a result of this Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-10-B-0011/listing.html)
 
Place of Performance
Address: Wolf Creek Dam 100 Dam Road Jamestown KY
Zip Code: 42629
 
Record
SN02263483-W 20100903/100901235121-36ee42026fccf022f6688c19a659846a (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.