Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

Y -- Construction Services for Repairs to the East Access Road, Union Village Dam, Thetford, VT

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ18X0031
 
Archive Date
7/18/2018
 
Point of Contact
Erin E. Bradley, Phone: 9783188195
 
E-Mail Address
erin.e.bradley@usace.army.mil
(erin.e.bradley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), New England District is issuing this Sources Sought Announcement for construction services needed to repair approximately 3 miles of Union Village Dam's existing East Access Road. This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project. The NAICS code for this procurement is 237310. The project is planned to be issued in or around October 2018. The project is expected to take approximately 6 months to complete construction. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The East Access Road, formally known as Buzzell Bridge Road, runs from Route 113 in Thetford Center to the dam's crest access road and from the crest access road to Academy Road. The road is open during the spring, summer, and fall and is allowed use by the public whether it be by vehicle, biking, or walking. The road also acts as a shortcut between Routes 113 and 132. The road is closed during the winter months, or between first snowfall and spring melt. The 3 miles of road work required for this project is on USACE property between Route 113 and the crest access road. The work is necessary to repair the road that sustained substantial damaged during a high intensity storm event that dropped roughly 4.5 inches of rain in a short period of time on July 1, 2017. The damage sustained includes, but is not limited to, extensive washout and collapse along portions of the road, displacement of culverts, erosion along road edges, clogging of several culverts, sediment and debris deposits at inlet and outlet of culverts, scouring at outlet end of culverts, sediment and debris deposits adjacent to the road, and the filling of roadside ditches with sediment and debris. The road will be closed off to the public during construction. The construction work necessary to repair 3 miles of the road will require the resurfacing and grading of approximately 2.6 miles of gravel road, the rebuilding of 1,000 feet of gravel road, and the rebuilding of 1,000 feet of bituminous concrete paved road. The road repair work will require the contractor to bring onsite, hauled from an offsite source, approximately 5,000 cubic yards of gravel road top material and 5,000 cubic yards of gravel and crushed stone subbase fill material. The work will also require the following: removal and offsite disposal of approximately seven bituminous coated corrugated metal pipe (BCCMP) culverts ranging in size from 24 inch diameter to 48 inch diameter with lengths ranging from approximately 50 feet to 80 feet; the replacement of one culvert with a 54 inch reinforced arch concrete pipe (RACP) and the replacement of six culverts with high density polyethylene (HDPE) corrugated pipe ranging in size from 24 inch diameter to 36 inch diameter with lengths ranging from approximately 50 feet to 80 feet; the removal and resetting of six existing 50 foot long 24 inch diameter HDPE pipe culverts; the removal, offsite disposal, and replacement of four existing concrete block drop inlets with precast reinforced concrete drop inlets; the installation of four reinforced concrete headwalls and wingwalls; inlet and outlet protection at each culvert consisting of riprap, crushed stone subbase, and geotextile fabric; the import of 500 cubic yards of sand and the grading of sand material to reestablish a 5,400 square foot beach adjacent to the Ompompanoosuc River; the removal and offsite disposal of sediment and debris from approximately 2,000 feet of existing 3 foot wide by 2 foot deep drainage ditches; the removal and offsite disposal of sediment, cobbles, and debris from a 3,000 square foot area; the cleaning and flushing of four existing 50 foot long 24 inch diameter HDPE pipe culverts; the removal and offsite disposal of 12 linear feet of gabion wall, the installation of 42 linear feet of gabion wall, and regrading the toe of gabion wall along a steep slope (1 horizontal:1 vertical); and the installation, maintenance, and removal of erosion and sediment controls. A small portion of the work will require filling and grading, and the utilization of construction equipment within 2 feet of a river. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), a proof of bonding as well as what type of equipment would be utilized for this project. Please include at least two (2) specific examples of the firm's experience performing work similar to the work requirements stated above. The projects must have been performed within the last seven (7) years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort and their experience must also have been performed within the last seven (7) years. As part of the experience the contractor shall show that s/he has scheduled and maintained continuous hauling of large quantities of offsite borrow and gabion fill materials via numerous dump trucks so as not to disrupt the contract duration or violate any transportation rules and regulations. Responses are limited to twenty pages. Responses are due by July 3, 2018 at 2:00pm. Responses should be addressed to erin.e.bradley@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0031/listing.html)
 
Record
SN04952347-W 20180614/180612230701-7bdcda21715e68f4de3ac692fe81408b (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.