Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2004 FBO #0868
SOLICITATION NOTICE

38 -- CONSTRUCTION DRILLING SERVICES TO REPAIR MONOLITH JOINTS 6&7, TRUMAN WATER STOP. WARSAW, MISSOURI.

Notice Date
4/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
213111 — Drilling Oil and Gas Wells
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-04-R-0011
 
Response Due
5/26/2004
 
Archive Date
7/25/2004
 
Point of Contact
Rosalind M. Whitfield, (816)983-3923
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City
(rosalind.m.whitfield@nwk02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement is a Low Priced Technical Acceptable Request for Proposal Best Value negotiated procurement for construction services and is full and open competition. Responsible offers will be evaluated on the basis of Best Value to the Governmen t. The factors used to determine the Best Value are as follows: FACTOR 1. Past Performance. FACTOR 2. Corporate Experience. FACTOR 3. Key Personnel. FACTOR 4. Schedule. FACTOR 5. Quality Control Management Program (QCMP). FACTOR 6. Price. The Contractor is responsible for installing a remedial water stop system in the joint between monoliths 6 and 7. The remedial water stop system consists of a tube-type liner, filler material, drill hole, and manhole cover. The Contractor shall submit th e remedial water stop system for approval. When the Government approves the remedial water stop system, the Contractor shall install the remedial water stop system. Following installation of the water stop, the Contractor shall clean the site. The Contr actor shall then submit a final report upon completion of the work. The structural concrete portion of the dam consists of a powerhouse with six slant axis turbines, a concrete gravity ogee spillway with four 40-foot wide tainter gates, and a stilling basin, 181 feet wide by 206 feet long. Powerhouse portion of the dam c onsists of 3 concrete monoliths labeled as monoliths 6, 7 and 8. Monoliths 6, 7 and 8 are founded on rock at elevation 583.0 feet. Copper water stops were placed between the monoliths (monolith joints) to control water seepage into the dam. These water stops isolate the interior of the dam from water in the reservoir, foundation and downstream channel. Inspections of the vertical water stop drains at the upstream face of the dam revealed the upstream water stop between monoliths 6 and 7 has failed. The type of remedial water stop used shall be a vertical drill hole with a continuous tube-type liner inserted in the hole. The liner shall be filled with water or a water-based filler material as required allowing the remedial water stop system to functi on as specified herein. The liner and filler material shall rely on differential pressure between the interior of the liner and the external water level to force the liner against the sides of the drilled hole. The filler material and liner shall be remo vable to allow for future inspection or replacement without requiring drilling procedures. The drilled hole shall be placed upstream of the existing water stops and drain and shall be drilled vertically from elevation 759.25 feet (top of dam) to elevation 578.0 feet (5 feet below the bedrock foundation of monoliths 6 and 7) The magnitude of this procurement is between $250,000 and $500,000. The North American Industrial Classification System (NAICS) code for this project is 21311, the Standard Industrial code (SIC) code is 1382, and the Federal Supply Class or Service code ( FSC) is Y211. Bids will be accepted from all interested responsible and responsive offerors. All offerors wanting to do business with the Government must be registered with the Central Contractor Registration (CCR). Offerors may register at www.ccr.gov. The mandatory start date of physical work is August 1, 2004, prosecute the work diligently, and complete the entire work ready for use not later than September 15th, 2004. Solicitation W912DQ-04-R-0011 will be available on or about April 26, 2004. Request for Proposals will be due on 26 May 2004. The solicitation will be web based and may be down loaded from http://www.nwk.usace.army.mil/contract/contract.html. To facilitate the timely issuance, requests for copies must be made on http://www.nwk.usace.army.mil/contract/contract.html. By registering at this website. All offerors must be registered to receive a bid package. Plan holder lists are available only on this web site. Point of contact for contractual questions and clarifications a re Rosalind Whitfield, Contract Specialist/Contracting Officer, US Army Corps of Engineering District, Kansas City, ATTN: CENWK-CT-C, 760 Federal Building 601 E. 12th Street, Kansas City, MO 64106, mailto: rosalind.m.whitfield@nwk02.usace.army.mil (816) 98 3-3923. Point of contact for technical questions and clarifications is Jacob W. Owen, Project Manager, mailto: jacob.w.owen@usace.army.mil. (816) 983-3238. No collect calls will be accepted. No telephone calls or faxes for solicitation requests will be accepted. Please reference DOD DFARS Clause 252.204-7302
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00563725-W 20040412/040410211635 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.