Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
MODIFICATION

Y -- Marysville Ring Levee (MRL) Phase 2A North

Notice Date
5/26/2017
 
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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-R-0008
 
Point of Contact
Lequita Byrd-Craig, Phone: 9165576932
 
E-Mail Address
Lequita.Y.Byrd-Craig@usace.army.mil
(Lequita.Y.Byrd-Craig@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Marysville Ring Levee Phase 2A North The Government anticipates issuing a Request for Proposals (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Marysville Ring Levee (MRL) Phase 2A North Project. This acquisition is being set-aside 100% for small business concerns. However, please note that the RFP will require the successful prime contractor to self-perform the cut-off wall effort of this project. Project Description: The Marysville Ring Levee (MRL) Project is located in Marysville, California. The purpose of the project is to reduce flood risk to the urban area of Marysville. The Phase 2A North project is situated just north of the 5th Street Bridge abutment. The project consists of strengthen the existing levee system from station 195+40 to 208+60, by means of a seepage cutoff wall under the riverside toe of the levee, and backfilling the excavated levee slope with a portion of the excavated material and imported impervious fill. The cutoff wall is approximately 1200 lineal feet (LF), the depth of the cutoff wall varies from 36 to 38 feet, and a minimum thickness of 30 inches. Additionally, the cutoff wall will tie into an existing cutoff wall near station 195+40. The cutoff wall will be constructed using the Open Trench method. A portion of the waterside embankment will be removed and replaced with a portion of removed material and impervious imported material, with a final slope of 3:1. The embankment removal will encroach on the levee crown road and the Bituminous Concrete Pavement (BC) and Aggregate Base (AB) will be removed and replaced. An area with stone and concrete rubble on levee embankment will need to be removed as it lies within the cutoff wall alignments. Erosion control measures will need to be applied to all disturbed areas. The contractor will remove and reconstruct approximately 200 feet of the upper portion of the bike trail and safety rail. The project is located adjacent to an active UPRR tracks. Safety precautions will need to be taken and access to the construction site will not require crossing the tracks. Coordination with PG&E will be required to address relocation of overhead utilities before excavation of the embankment and during construction of the cutoff wall. Removal and protection of some trees, branches and bushes may be necessary within the temporary construction easement. The Government estimates issuing the contract award on or about 31 August 2017. The period of performance for construction is estimated to be 269 calendar days from notice to proceed. In accordance with the DFAR 236.204, the magnitude disclosure of this construction project is between $1,000,000 and $5,000,000. This proposed contract action will be conducted using FSC Code: Y1PZ and North American Industry Classification System Code (NAICS): 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $36.5 million. The RFP is estimated to be issued on or about 30 May 2017. The RFP will be issued on the Government Point of Entry known as FedBizOpps (www.fbo.gov). All plans and technical documents will be uploaded onto FedBizOpps as part of the RFP, available for inspection without charge. The estimated due date for proposals will be on or about July 2017. Once issued, the RFP will identify a firm due date/time for receipt of proposals. The site visit/pre-proposal conference date, time and location will be identified in the solicitation. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, 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: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY CHANGES TO THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-R-0008/listing.html)
 
Place of Performance
Address: Marysville, California, United States
 
Record
SN04524448-W 20170528/170526234913-b2faf83bd6e57e3e24b5379d91e5801c (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.