Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
MODIFICATION

Y -- Santa Ana River Mainstem - Reach 9 Phase 5b, Orange County, California - Solicitation 1

Notice Date
7/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-B-0005
 
Archive Date
9/13/2016
 
Point of Contact
Tom E. Koponen, Phone: 2134523247, Patricia B Bonilla, Phone: 213-452-3255
 
E-Mail Address
tomas.e.koponen@usace.army.mil, Patricia.B.Bonilla@usace.army.mil
(tomas.e.koponen@usace.army.mil, Patricia.B.Bonilla@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings Package 4 of 4 Drawings Package 3 of 4 Drawings Package 2 of 4 Drawings Package 1 of 4 Specifications 1. Contract Information: This Construction Services Contract provides the U.S. Army Corps of Engineers (USACE), Los Angeles District with the capability to execute Construction services consisting of improvements to an existing 2.4-mile section of the north bank of the Santa Ana River Channel for the LDY-S (Lomas De Yorba-Sur -Levee), City of Yorba Linda, CA. Work includes clearing and grubbing, excavation, compacted fill and compacted backfill, grading, salvage of existing stone revetment, replacement of the ungrouted stone bank with the 24 inch grouted stone bank and protection of an existing Santa Ana River Interceptor (SARI) sewer line and manholes. In addition to the 24-inch grouted stone and SARI sewer line and manhole protection, the project also calls for bikeway detour, construction of the access ramps, extension of multiple interior RCP (reinforced concrete pipe) side drains, construction of an AC (asphalt concrete) bikeway, a DG (decomposed granite) riding/hiking trail, and an ABC (aggregate base course) operation and maintenance road, concrete curbs, and cable fencing. Construction and installation of surface drainage and sub-drain systems are also included for the project. The Santa Ana River Mainstem, Lower Santa Ana River Channel, Reach 9-Phase 5B is located in Orange County, California. The contract is anticipated to be awarded as a 1,040 day period of performance, for a total period of two (2) years and 10 months. 2. Project Information: The Lower Santa Ana River (LSAR) channel below Prado Dam is approximately 30.5 miles in length and consists of partially armored channel banks and bottoms from the Prado Dam to the Pacific Ocean. Reach 9 comprises the initial 7.6 miles of the LSAR channel directly downstream of the Prado Dam outlet channel. Reach 9 is a critical segment of the LSAR because of its location immediately downstream of the Prado Dam outlet channel. The ability of Prado Dam to make its maximum design release of 30,000 cfs is contingent upon completion of Reach 9 channel improvements. A release of 30,000 cfs into Reach 9 as it currently exists could cause bank erosion and scour conditions that potentially undermine the structural stability of adjacent infrastructure along the Reach 9 channel, including the Riverside Freeway (State Route 91), BNSF Railway, and the residents, businesses, and major utilities located in the cities of Yorba Linda, Anaheim, and Anaheim Hills, CA which are adjacent the LSAR. 3. Contractor Requirements: The Contractor shall furnish all supervision, labor, transportation, tools, materials, supplies, vehicles, and equipment necessary to properly perform the work. Type of work: 1. Deep Well Dewatering 2. Foundation Excavation 3. Compacted Fill and Compacted Backfill 4. Demolition 5. Clearing and Grubbing 6. Salvage and Processing of Riprap Stone 7. Stripping and Stockpiling Topsoil 8. Import Stone 9. Bedding Material 10. Grouting Stone 11. Concrete Curbs, Outlet Structures, Slabs 12. Access Ramps 13. Access Roads 14. AC Bikeway and Markings 15. DG Trail 16. Subdrain System 17. Sound Barrier Wall 18. Cable and Chainlink Fencing 19. RCP Extensions 20. Geotechnical Instrumentation 21. Survey Monuments and Markers 22. Exterior Planting, Hydroseeding, Plant Establishment Maintenance 23. Moist Curing Facility The contractor shall have demonstrated knowledge and experience of codes, standards, directives, and criteria governing deep foundation dewatering, heavy earthwork construction, stone processing, concrete construction, grouting stone, drainage and grading, AC paving, RCP installation, etc. Acquisition Information: This acquisition is proceeding as an Invitation for Bid (IFB) and any size businesses may respond. The competition is set as Unrestricted. Period of Performance: 2 Years and 10 months or 1,040 Days. This Procurement will be conducted under FSC CODE: Y1KB, SIC CODE: 162901, NAICS Code: 237990. The size standard for this code is $36,500,000. All questions should be directed to the Contract Specialist, Tom Koponen, at (213) 452-3247, e-mail tomas.e.koponen@usace.army.mil. Information about the time and location of the site visit/pre-proposal conference/industry day will be found in Section 00 21 16 of the specifications. If you need assistance with downloading the plans or specs or registering as an Interested Vendor, please contact the Contract Specialist. A site visit/pre-proposal conference/industry day will be scheduled on or about two weeks after the solicitation is issued. It is anticipated that the Solicitation will be issued electronically on or about July 28, 2016, for downloading at the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. The specific date and time 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, AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the Solicitation is issued. Viewing/downloading documents from FedBizOpps will require prior registration in System for Award Management (SAM) (www.sam.gov). If you are a first-time SAM user, you will also be required to register in SAM (www.sam.gov) before accessing the Solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-B-0005/listing.html)
 
Place of Performance
Address: Yorba Linda, California, 92885, United States
Zip Code: 92885
 
Record
SN04199216-W 20160730/160728234309-c888dfc102ea8d7c42629aa18a4b4325 (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.