Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOLICITATION NOTICE

Y -- Echo Dam Embankment -- Seismic Modifications

Notice Date
4/11/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R11PS40020
 
Response Due
7/8/2011
 
Archive Date
4/10/2012
 
Point of Contact
Michaela Nelson Contract Specialist 8015243681 mnelson@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
The U.S. Bureau of Reclamation, Upper Colorado Region has a requirement for construction services at the Echo Dam, Coalville, Utah. The work is located approximately 47 miles northeast of Salt Lake City, Utah and about 6 miles north of Coalville, Utah in Summit County. This requirement is being procured in accordance with Subpart 15 of the Federal Acquisition Regulation through Federal Acquisition Circular Number 2005-50. The Bureau of Reclamation intends to issue a Request for Proposal (RFP) for this requirement. This requirement will be procured as a Total Hub-Zone Set-Aside. The contract will be a firm, fixed, unit-price contract. The construction work consists of the following: A. Demolition of existing homes and other accessory structures downstream of the dam that are within the limits of excavation. B. Construction of deep excavation (shear key) near the downstream toe of Echo Dam while Echo Dam remains in operation and includes the following: 1. Provide continuous vehicular access for reservoir and power plant operators downstream of the dam. 2. Provide site protection for powerhouse, switch yard, and gate house to ensure continuous operations throughout the entire project. 3. The Government will be providing instrumentation and monitoring throughout the contract to monitor slope stability of the shear key excavation. 4. Perform shear key excavation to bedrock contact. Clean bedrock to an exposed condition to visibly view the condition of the surface and surface irregularities. 5. Design and provide unwatering facilities to remove and control drainage into shear key excavation. 6. Remove existing toe drains inside the limits of shear key excavation. Furnish and install new toe drain system during the backfilling phase of the project. 7. Remove designated instrumentation wells as shown on drawings. 8. Continue shear key excavation and earthfill operations free of prolonged shutdowns while base of excavation or top of earthfill is below Qal1 layer. 9. Construct new paved access road to replace the old access road. Provide continuous vehicular access for reservoir and power plant operators downstream of the dam. C. Backfilling of deep excavation with specified materials and filter and drainage zones to the specified lines and grades and includes the following: 1. Install a toe drain system. Furnish and install inspection well and clean-out structures. 2. Refill the shear key excavation with borrow, specified soils from excavation, and processed sands and gravels functioning as soil filters and drains. Dispose of excess excavated materials. 3. The dewatering system will be progressively disconnected as the shear key construction proceeds and dewatering needs are reduced. D. Government Evaluation: Allow for and assist the Government evaluation of final depths of shear key and properties of soils exposed by excavation. The Government will conduct mapping of the bedrock surfaces. E. The contractor shall cooperate with other contractors on site to expedite the completion of the project. The Government anticipates the work to be completed by December 2013. The estimated price range for this requirement is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code is 238910. The small business size standard for NAICS Code 238910 is $14 million. A Bid Bond along with Performance and Payment Bonds will be required. There will be a site tour scheduled (date, time, and location will be provided in the solicitation). All responsible sources may submit a proposal which shall be considered by the agency. An electronic copy of the solicitation will be available APPROXIMATELY June 7, 2011 at www.fedbizopps.gov (without the specifications and drawings). A free copy of the specifications and drawings (on CD) may be obtained by sending a written request to the Bureau of Reclamation, Attention: Tara Ashby, 125 South State Street, Room 6107, Salt Lake City, UT 84138-1147 or send an e-mail to tashby@usbr.gov, phone number (801) 524-3776. PROVIDE THE COMPANY NAME, ADDRESS, POINT OF CONTACT, PHONE NUMBER, SOLICITATION NUMBER, DUNS NUMBER, AND TIN NUMBER IN YOUR REQUEST. Once logged into the fedbizopps web site, type the Solicitation number inside the block that says "Keyword / Solicitation #" and then click on the "Search" button. The search engine allows interested parties to search by solicitation number. Offerors should register at the FedBizOpps website to be included on the "interested vendors list" in order to receive notifications pertaining to the solicitation or visit the FedBizOpps website after issuance to download the solicitation and any subsequent amendments. Prospective vendors must be registered in CCR prior to the award of a contract. Information, Central Contractor Registration Handbook, and the registration process can be obtained via the CCR web site, http://www.ccr.gov or by calling 1-888-227-2423. Disclaimer (Acquisition Notification Service): This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this list service are ultimately responsible for reviewing the Federal Business Opportunities site for information relevant to desired acquisitions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03d9fc2948bf165874765d024fc87cd2)
 
Place of Performance
Address: Coalville, Utah
Zip Code: 840178001
 
Record
SN02421271-W 20110413/110411233957-03d9fc2948bf165874765d024fc87cd2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.