Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
MODIFICATION

Y -- Rough River Dam; Dam Safety Modification; Phase 2 Cutoff Wall Project at Falls of Rough, KY

Notice Date
12/19/2017
 
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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-R-0037
 
Point of Contact
Emily A. Moore, Phone: 5023156181
 
E-Mail Address
emily.a.moore@usace.army.mil
(emily.a.moore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
**UPDATED 19 DECEMBER 2017 - At this time, the decision was made to cancel this solicitation, while the way forward is re-evaluated. Once a decision is made, a new synopsis will be advertised on FBO.gov** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-17-R-0037 for the Rough River Dam; Dam Safety Modification; Phase 2 Cutoff Wall Project at the Falls of Rough, KY. The project consists of a 1,590 foot long concrete cutoff wall through the embankment and into the foundation rock to an anticipated maximum depth of 195 feet, including an anticipated maximum depth of 100 feet into bedrock. The wall element thickness will be sufficient to achieve a minimum continuous concrete thickness of 24 inches. A temporary work platform will be constructed for performance of the cutoff wall construction. The Contractor will perform a test section along the proposed cutoff wall alignment and a demonstration of conduit cleaning techniques. Grouting from inside the conduit will also be required and consists of approximately 52 holes battered upstream, downstream, and radially angled. Monitoring of existing instrumentation and installation and monitoring of new instrumentation will be required as part of the contract work. A data management system will be required to: collect real time data; store historical and all construction related monitoring and documentation; and manage data generated by seepage barrier, drilling, and grouting construction. At the end of construction, KY State Highway 79 will be relocated to the dam crest and any portions of the parapet wall that were removed will be replaced. The Contract Duration is one thousand two hundred seventy-eight (1,278) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement. SELECTION PROCESS: This is a SINGLE phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Technical Approach (Means and Method, Data Management System, Emergency Response), Past Performance (Prime Contractor and Key Subcontractor), Management Approach (Organization with Key Personnel, Schedule, Contractor/Subcontractor/Supplier Plan), Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $50,000,000 and 100,000,000.00, in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 15 December 2017. Details regarding the Pre-Proposal Meeting/Site Visit will be included in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Emily Moore, Emily.A.Moore@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-R-0037/listing.html)
 
Place of Performance
Address: Falls of Rough, Kentucky, 40119, United States
Zip Code: 40119
 
Record
SN04770729-W 20171221/171219231041-92a837105f3d70a43d3db1c529ad5622 (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.