Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
MODIFICATION

Y -- Yellowstone Intake Replacement Weir and Fish Bypass Channel Project

Notice Date
7/17/2018
 
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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F18B0006
 
Archive Date
8/31/2018
 
Point of Contact
Lynne D. Reed, Phone: 4029952039, Dean P Matuszewski, Phone: 4029952854
 
E-Mail Address
lynne.d.reed@usace.army.mil, dean.p.matuszewski@usace.army.mil
(lynne.d.reed@usace.army.mil, dean.p.matuszewski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT #1 Yellowstone Drawings have been posted. Please be advised that the download of the drawings may take several minutes. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. It is highly suggested that Contractors attend the site visit on Thursday, August 2, 2018 starting at 10:00 AM Mountain Time, to allow them the best opportunity to fully understand the scope of this project. Prospective bidders will be given a site visit of the construction site approximately two weeks after issuance of the Invitation for Bids. The exact date and time of the site visit will be included in the solicitation. Contractors are to meet in the parking lot adjacent to the Cenex Gas Station on Highway 16 just south of the exit off of Interstate 94, in Glendive Montana. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See ‘Obtaining Solicitation Documents' below. Project Description: (Approx. quantities) Construct a replacement irrigation diversion weir across the Lower Yellowstone River and fish bypass channel through Joe's Island. The weir consists of a steel W-pile section foundation with reinforced concrete crest structure capping it, and will be upstream of an existing wooden weir constructed in 1911-1912, with riprap placed between the weirs. Ninety-four W-pile sections are driven to a depth of approximately 37 feet. The weir length is approximately 700 linear feet and amount of formed reinforced concrete is approximately 500 cubic yards. The construction requires the use of sheet pile coffering and constructed in segments in order to not block the entire river. Bypass channel will be approximately 2.2 miles long with ~75-foot bottom width, ~200-foot top width, ~18 feet average excavation depth with varying side slopes. The channel side slopes will be protected with a layer of riprap on bends, the invert and side slopes protected with cobbles processed from the excavation, and the entrance and exit and two locations within the channel protected with riprap structures. The channel excavation requires intense dewatering system to be designed by the Contractor, and earthen cofferdams at the channel entrance and exit. Approximate quantities are as follows: ~980,000 CY of excavation, ~99,000 Tons of quarried riprap, and ~34,000 CY of cobbles for invert protection. Most of the excavation will be wasted on Joe's Island in an existing natural high-flow channel for a length of ~9000 feet. Project will also require seeding and planting of trees and resurfacing an access road for approximately 6000 linear feet. Relocation of a historic wooden cableway tower and a building to new locations, and removal and coiling of cable that spans the river. The work scheduling will be affected by irrigation and fish passage dates. The estimated construction cost of this project is between $40,000,000 and $50,000,000. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 900 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement for Representations and Certifications Application (ORCA) is now located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18B0006/listing.html)
 
Place of Performance
Address: USACE District, Omaha, Lower Yellowstone River Intake, Glendive, Montana, 59330, United States
Zip Code: 59330
 
Record
SN04994518-W 20180719/180717230846-f798e4ed8b1cbc3186afcae0a7bb23e7 (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.