Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
MODIFICATION

Y -- CONTRACT 2AA CHANNEL STA 22+60 TO STA 29+80, BECHARA INDUSTRIAL AREA, RIO PUERTO NUEVO, PUERTO RICO

Notice Date
6/6/2011
 
Notice Type
Modification/Amendment
 
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-11-R-0040
 
Response Due
7/7/2011
 
Archive Date
9/5/2011
 
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 work includes the construction of an approximately 720 foot earth channel between the end of an existing concrete box culvert and Kennedy Avenue, including demolition of miscellaneous features, clearing and grubbing, constructing new steel channel walls and anchorages adjacent to the existing box culvert, earthwork for the channel, deep soil mixing, and stone channel base material. An existing 90-inch diameter sanitary effluent outfall main is to be relocated, while remaining active; including the use of pile supported temporary and permanent piping. The work also includes construction vibration monitoring and control, site drainage, pavements, fencing, pile tests and incidental related work. The project work occurs in three general phases. The objective of Phase 1, Exploratory Excavation and Preparation, is to locate and document the existing outfall main so that a new relocated main can be accurately constructed. Work in this phase includes: clearing and grubbing along with degrading portions of the site; cutting off flows of surface water into the site by plugging the existing box culvert near one end of the work area and building an earthen berm near the other end; determining precise location and elevations of the existing outfall main; and installing a cofferdam and bracing system along with protective measures adjacent to the outfall main. In Phase 2, Sanitary Outfall Main Relocation, the objective is to construct a new main along an alignment below the new channel while keeping effluent flows continuous. Work in this phase includes: providing a temporary bypass main including taps, line stopping and diverting flows to the bypass main; demolishing portions of the existing main and constructing a permanent main following the new profile below the channel; deep soil mixing and backfilling of areas adjacent to the permanent main; diverting flows to the permanent main; and removal of the bypass main. Phase 3, Slope Stabilization and Finishing, involves performing the remaining work activities for a complete and functional project. Work in this phase includes: additional deep soil mixing for stabilization of the new channel; providing the wing walls and anchorage system at the end of the existing box culvert; constructing the new earthen channel with stone channel base material; removing portions of the cofferdam; constructing local drainage features, pavements, and fencing; removing the temporary earth berm and box culvert plug; and miscellaneous construction and closeout activities. The estimated period of performance is 730 calendar days after receipt of the Notice to Proceed. Magnitude of construction is between $25,000,000.00 and $100,000,000.00. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposal will be evaluated on Technical Merit, Past Performance, Small Business Participation, and Price. THIS IS AN UNRESTRICTED ACQUISITION. The solicitation will be issued on or about 06 June 2011 with proposals due on or about 07 July 2011. 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 AS AN INTERESTED VENDOR 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. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. This project is expected to be incrementally funded in accordance with DFARS 252.232-7007 and to be completed in phases. NAICS Code 237990, size standard $33.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-R-0040/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02465209-W 20110608/110606234845-eec7775be93ca4ce9b86844405e89574 (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.