SOURCES SOUGHT
Y -- Dam Safety Repair and Upgrade - Attachment A
- Notice Date
- 5/22/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-12-R-0028
- Archive Date
- 6/13/2012
- Point of Contact
- Edward T. Walsh, Phone: 7572017242
- E-Mail Address
-
edward.t.walsh@usace.army.mil
(edward.t.walsh@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment A THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REOUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. USACE Norfolk District is seeking interested firms capable of performing design and construction of various dam safety repairs and upgrades for three dams located at Marine Corps Base (MCB) Quantico in Stafford and Prince William Counties, Virginia. The dam sites are located in the Training Area portion of MCB Quantico west of Interstate 95. DAM #1. A high hazard earth-fill embankment dam constructed in 1956 The maximum height of the dam is 53 ft (measured from the downstream toe) and it has an approximate length of 1,300 ft (top of dam elevation). Rip-rap ranging in size from 1 to 2 ft across covers the upstream face. The downstream face is covered with crushed stone. A primary spillway is located near the right abutment and consists of a concrete Ogee weir and chute. A 72-inch diameter reinforced concrete pipe conveys flow through the embankment. Work includes modifying the existing earthen embankment in such a manner as to install a Roller- Compacted Concrete (RCC) armored Auxiliary Spillway. It is expected that the embankment height at the location of the auxiliary spillway will be lowered and the embankment outside of the auxiliary spillway will be raised. ▪ Installation of a filter drain system. ▪ Removal of a 54-inch blind flange. ▪ Replacement, of the following components may be required: main sluice gated, self contained sluice gates, and dial position indicator on gate control pedestal, bottom stem guide bracket, trash screen, access deck and grating. ▪ C learing sediment accumulated in front of main sluice gate intake (approx. 1 ft). ▪ S ealing of cracks and joints in ogee spillway. DAM #2. A concrete high-hazard, gravity dam constructed in the early 1940's It is approximately 58 ft tall and 290 ft long (at top of dam elevation). Concrete corewalls are constructed into each abutment. The spillway consists of a 110 ft long Ogee overflow section. Work includes modifying the existing abutment corewalls in such a manner as to prevent overtopping at the abutments during extreme flood events. The modified corewalls would prevent erosion of material directly downstream of the corewalls by redirecting flow away from the abutments. ▪ Installation of erosion protection. ▪ Installation of a filter drain system. ▪ Replacement, of the following components may be required: sluice gate, control stems, stem guide and wall brackets, intake valves, and riser pipes. ▪ Replacement of riser pipes ▪ Demolition of trash bars and installation of a trash rack. ▪ Clear sediment accumulated in main sluice gate and clear discharge tunnel of debris and reinstall trash rack. DAM #3. A low-hazard concrete gravity dam It is approximately 250 ft long and though the maximum height shown on design drawings is approximately 10 ft, only about 5 ft of the dam is exposed above the downstream channel bed for most of its length. The original design drawings indicate a reservoir capacity of approximately 6 ac-ft. However, as the reservoir is nearly filled with deposited sediments and vegetation material. ▪ Work includes dredging the reservoir in order to return it to its original capacity. Dredged material will be disposed off of Government property. The target award of this construction is between $8,000,000.00 - $11,000,000.00. All qualified firms are encouraged to respond by submitting Attachment A. Upon review of the industry response to this Source Sought Notice, the Government should be able to complete acquisition strategy. The estimated award date is Summer/Fall of 2012. The NAICS Code 237990 will apply to the majority of this project. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of qualified sources prior to finalizing the method of acquisition, best timing, and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ALL interested contractors are encouraged to fill out the sources sought. Submit 3 projects similar in scope and size to the project described above, with a contract value greater than $8,000,000.00 and completed within five years of date of this sources sought (Attachment A). If experience is by your major subcontractor, please submit your subcontractor's information along with the prime contractor's information. Please submit responses (preferable by email) no later than 10:00AM EST 29 May 2012 by fax 757-201-7183 (ATTN: Edward Walsh), via email: Edward.t.walsh@usace.army.mil (List W91236-12-R-0028 in the subject line of the email) or mail to U.S. Army Corps of Engineers, 803 Front Street, Norfolk, VA 23510.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0028/listing.html)
- Record
- SN02754666-W 20120524/120522235545-ee7e8708020225bf4ad73778d57b76a1 (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 |