SOLICITATION NOTICE
Y -- Tuttle Creek Dam Foundation Modification Project
- Notice Date
- 3/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- 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-05-R-0032
- Response Due
- 6/23/2005
- Archive Date
- 8/22/2005
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION The U.S. Army Corps of Engineers, Kansas City District intends to issue a full and open competition solicitation on or about May 9, 2005 for the Tuttle Creek Dam Foundation Modification Project, located in Manhattan, Kansas. The solicitation will allow 45 days for proposal submittal. The scope of services under this proposed contract includes preconstruction services and jet grout seepage cutoff wall construction with options for test program construction, geotechnical baseline report, and main constructi on. A fixed-price contract is contemplated. The main construction option will be performed as a Construction Manager at Risk type contract. The Contractor will be competitively chosen using Best Value Source Selection procedures. For this contract, t echnical factors, when combined, are more important than cost or price (see FAR 15.101-1 trade offs). PROJECT INFORMATION Tuttle Creek Dam is located on the Big Blue River, in the Kansas River basin, approximately 6 miles north of the City of Manhattan in eastern Kansas. Tuttle Creek Lake covers approximately 12,500 surface acres at normal pool with over two million acre-feet of storage below the flood control pool. The dam is a rolled earth fill and hydraulic fill embankment, 7,500 feet in length, standing 137 feet high with a crown width of 50 feet and a base width of 1,050 feet on an alluvial foundation. The dam is located in a zone of moderate seismicity dominated by the Nemaha Ridge and Humboldt fault zone. Seismic and geotechnical investigations have established that an earthquake larger than a 5.7 magnitude could cause liquefaction of the foundation sands and potential failure of the embankment. The Maximum Credible Earthquake for consideration at the dam i s a 6.6 magnitude. Depending on the magnitude of the earthquake, significant deformation of the entire embankment, and release of the lake is possible. In order to address the risk of embankment breach during an earthquake, the foundation under the embankment is to be stabilized using jet grouting to mix cement into the foundation sands under the upstream slope of the dam and deep soil mixing to accomplis h similar goals beneath the downstream slope of the dam. This ground modification project could potentially involve the treatment of over 400,000 cubic yards of soil. A jet grout cement cutoff wall that extends to bedrock beneath the dam to stop normal se epage through the sand beneath the dam is also required. The project web site is http://www.nwk.usace.army.mil/projects/tcdam/index.htm. The Tuttle Creek Evaluation Report and Environmental Impact Statement are available for download from the web page and will be included in the solicitation for specific backgr ound on the project. Historic drawings, subsurface information, and other project related information will also be provided with the solicitation. SERVICES REQUIRED The Contractor shall provide personnel, equipment, and materials as needed to perform all required services including, but not limited to, those described in the solicitation. The scope of services under the base contract includes preconstruction services and jet grout seepage cutoff wall construction. Subsequent options may be awarded based on mutually agreed upon and separately negotiated options for a full scale field demonstration ground modification test program, cooperative development of a geotechn ical baseline report, and all remaining ground modification and associated work (main construction). The primary purpose of the geotechnical baseline report is to establish an agreed upon statement of the geotechnical conditions anticipated to be encounte red during construction. The Contractor must maintain a team with the expertise and capability to manage and coordinate the timely and orderly preconstruction services, cutoff wall construction, test program construction, geotechnical baseline report, and main construction portions of the p roject. The Contractor shall be required to assign, as needed, a team consisting of appropriate construction professionals. The Contractor is expected to maintain the same team from preconstruction services through the test program construction, cutoff w all construction, geotechnical baseline report (GBR), and main construction duration. Under the base contract, the Contractor will be required to construct an upstream jet grout seepage cutoff wall approximately one mile in length. The cutoff wall will require predrilling of approximately 70 feet through riprap and shale and limestone fill across the dam and up to 220 feet of predrilling in select areas. The jet grout cutoff wall will extend up to an additional 150 feet beneath the predrilling bottom elevation. In addition to the cutoff wall construction, the Contractor shall assist the G overnment during the preconstruction phase by participating in the review and evaluation of the design and construction documentation. The Contractor is required to work with the Advisory Panel (a team of six experts in geotechnical engineering and ground modification) and the Government in a cooperative team effort to develop a quality design. The Contractors principal tasks during the preconstruction phase are as follows: 1. Reviewing and evaluating designs for completeness and constructibility. 2. Finalizing of a test program plan. 3. Preparing cost estimates and construction schedules. 4. Evaluating costs for design alternatives. 5. Conducting VE analyses as needed to support cost and constructibility initiatives. 6. Performing administrative and other services as defined in the solicitation. The government anticipates award of the base contract by July 2005. Award of the test program construction option and geotechnical baseline report option are tentatively scheduled for the fall of 2005. Award of the construction option is tentatively sche duled for 2006. All awards are subject to authorization and appropriation of funds for the project by Congress. Funding for Fiscal Year 2005 work is available. The Government does not guarantee award within this period nor shall the Government be liable for any costs should award occur before or after this period or occur at all. Estimated combined project cost range (preconstruction services, cutoff wall construction, test program construction option, geotechnical baseline report option, and main const ruction option) is estimated to be between $150,000,000 and $200,000,000. The contractor shall be a member of the project development team during design and construction phases, along with the Corps of Engineers- Kansas City District, the selected Advisor y Panel A-E Firm, and other government entities. Extent of participation during preconstruction services, design, performance on the cutoff wall construction, and cost will be considered when deciding to award the various options. PROPOSAL SUBMISSION REQUIREMENTS Proposals will be evaluated using a best value request proposal. A request for proposal outlining specific requirements will be issued on or about May 9th 2005. The solicitation will allow 45 days for proposal submittal. REGISTRATION FOR SOLICITATION This solicitation will be issued on CD. Offerers must register to receive the solicitation. The NAICS code for this project is 237990, the SIC code is 1799, FSC code is Y211. THIS PROCUREMENT IS UNRESTRICTED. If you are a large business, are selected f or this effort and your proposal exceeds $1 million, you will be required to submit a subcontracting plan with goals for small, Hub Zone, small disadvantaged, small woman-owned and small veteran-owned concerns. For the purposes of this procurement, a conc ern is considered a small business if its annual average gross revenue, taken for the last three fiscal years combined, does not exceed $28,500,000. All potential offerers are reminded, in accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTR ACTOR REGISTRATION (MAR 1998), lack of registration in the CCR database will make an offerer ineligible for award in accordance with FAR 5.102(a) (7). PREPROPOSAL CONFERENCE A preproposal conference and site visit will be held. The date, time, and location will be posted on the district website after Request for Proposal issuance. The Government will not meet with Contractors prior to this conference and will not accept cont ract questions prior to Request for Proposal issuance. Unescorted site visits may be arranged separate from this date and time by contacting Brian McNulty at the Tuttle Creek Project office at 785-539-8511. Access to Tuttle Creek Dam requires check in at the project office and a valid photo identification. All responsible sources may submit a proposal, which shall be considered by the agency. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mi l/. Points of contact for this solicitation are contractual, Carlos Clayton, (816) 983-3746, carlos.e.clayton@nwk02.usace.army.mil; Technical, William Empson, (816) 983-3556, william.b.empson@nwk02.usace.army.mil; Small Business Programs, Arthur Saulsb erry, (816) 983-3927, arthur.e.saulsbury@nwk02.usace.army.mil.
- 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
- Zip Code: 64106-2896
- Record
- SN00779572-W 20050402/050331212239 (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 |