Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

Y -- South Sacramento County Streams Group, Morrison Creek at Union Pacific Railroad - Contract 2A, South Sacramento, CA

Notice Date
6/23/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-11-B-0006
 
Response Due
8/18/2011
 
Archive Date
10/17/2011
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
USACE District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Morrison Creek Floodwall between the confluence of Union house Creek and the Union Pacific Railroad (UPRR) bridge consists of a 2,850 linear feet of reinforced concrete flood wall and 80 linear feet of levee along the east side of the UPRR right-of-way (ROW) from Engineering Station 2 +00 to Station 31+07.39. The total length of UPRR right-of-way impacted by the project is 3,168 linear feet (0.6 miles) from Milepost 130.43 to Milepost 131.03. The reinforced concrete floodwall will be built to an elevation of 20.5 feet with an approximate height from 0 to 18 feet above existing grade. At the south end of the alignment the floodwall transitions to an earthen levee section where an existing SMUD 20" Gas Pipeline crosses the existing Union house Creek levee (1B2) alignment. The levee will be approximately 80-feet long with a 2:1 landside slope, 3:1 waterside slope and a 12-foot crest width. A 12-foot wide aggregate base patrol road with a pre-cast concrete drainage system will run along the entire alignment along the waterside of the floodwall. Due to the limited space between the floodwall/levee and the existing private properties a retaining wall will be constructed along the east side of the patrol road. Finally, two earthen ramps will be constructed at the north end of the alignment to provide access to the levee/floodwall from Deertree Court and the waterside of the floodwall/levee. The Project will require a construction area which will be located a minimum of 25' from the centerline of the main line track on the east side of the tracks, and will extend 2,944 lineal feet and is 75 feet wide (total area of 69,020 square feet) Acquisition Information: THIS ACQUISITION IS PROCEEDING AS A 8(A) SMALL BUSINESS COMPETITIVE, INVITATION FOR BID (IFB). NOTE: THIS PROJECT IS SET-ASIDE FOR 8(a) SMALL BUSINESS. WHO ARE LOCATED IN, OR HAVE A BONA FIDE PLACE OF BUSINESS IN, THE SBA SACRAMENTO, SBA SAN FRANCISCO, OR SBA FRESNO DISTRICTS. OFFERS FROM OTHER THAN 8(a) BUSINESS CONCERNS WILL NOT BE CONSIDERED. Estimated Cost Range is between $5,000,000 $10,000,000 Period of Performance for Construction: 180 Days. This Procurement will be conducted under FSC CODE: Y299, SIC CODE: 1629, NAICS Code: 237990. The size standard for this code is $33,500,000. All questions should be directed to the Contract Specialist, Marsha Sells, at (916) 557-5232, FAX: No.: (916) 557-7854, e-mail Marsha.R.Sells@usace.army.mil or Contracting Officer, Donna Hammock at Donna.S.Hammock@usace.army.mil Information about the time and location of the site visit/pre-proposal conference will be found in Section 00100 of the specifications within the forthcoming solicitation. If you need assistance with downloading the plans or specifications please contact the Contract Specialist. All interested vendors should register through www.fbo.gov once the solicitation is posted. It is anticipated that the Invitation for Bid (IFB) will be issued on or about July 8, 2011 for downloading at the Government's website at http://www..gov. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the IFB documents. To register, click on the "Register Now" button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. No paper copies will be issued. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The specific date and time for the bid date will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-B-0006/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02480676-W 20110625/110623235146-c3986e965fed28ed4c9f293cea2fee88 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.