Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2012 FBO #4005
SOURCES SOUGHT

Y -- BOLIVAR DAM, MUSKINGUM RIVER BASIN, OHIO - MAJOR REHABILITATION PROJECT

Notice Date
11/9/2012
 
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, Huntington, Attn: CELRH-CT, 502 8th Street, Huntington, West Virginia, 25701-2070, United States
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-13-R-SS01
 
Archive Date
12/6/2012
 
Point of Contact
Richard D. Horton, Phone: 3043995623
 
E-Mail Address
richard.d.horton@usace.army.mil
(richard.d.horton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT. This is not a solicitation announcement. The U.S. Army Corps of Engineers, Huntington District, is seeking preliminary marketing information from capable and reliable sources. This includes potential qualified small business sources such as 8(a), HUBZone, small disadvantaged and service-disabled veteran-owned businesses relative to North American Industrial Classification System code 237990, which has a size standard of $33.5 million in average annual receipts. The magnitude of construction for this acquisition is between $25,000,000.00 and $100,000,000.00. The project construction includes a base contract plus one (1) option. The Base Contract consists of the construction of a partial-depth seepage barrier approximately 4,500 ft. in length and a maximum depth of 145 ft. through the upstream slope of the dam embankment terminating in the left abutment. Option 1 consists of the construction of a grout curtain approximately 329 ft. in length by 60 ft. average depth in the left abutment of the dam from the end of the seepage barrier to near the emergency spillway. Responses shall include a qualifications statement along with documentation to support Technical Capabilities and Specialized Experience for the following: 1. Seepage Barrier - The seepage barrier shall be a minimum of 24 inches wide through the entire length and depth, have an in-place permeability of less than 1 x 10-6 cm/sec at 28 days, and a minimum unconfined compressive strength of 750 pounds per square inch (psi) at 28 days. The completed seepage barrier shall be continuous and homogeneous, produced by either mix-in-place or excavation and replacement method. The seepage barrier will be installed through the dam embankment and into foundation materials of dense glacial outwash deposits consisting of sands, gravels, frequent presence of cobble zones and silt zones and small boulder instances, and high permeability open-work gravel/cobble zones. The seepage barrier will be partial-depth for a majority of its length, founded in fine to coarse grained silty sand with intermittent gravel zones, and terminate in the left abutment of the dam where the barrier will be constructed in hard sedimentary rock with unconfined compressive strengths ranging from under 1,000 to over 30,000 psi. The integrity of the existing dam must be maintained throughout the construction process and procedures developed for addressing emergency situations such as sudden slurry loss, excavation trench collapse, encountering boulders and open-work gravel/cobble zones. 2. Seepage Barrier Quality Control and Verification- A Quality Control (QC) program will be required for proving and documenting that the minimum dimensions, continuity, homogeneity, strength, permeability, and quality requirements of the seepage barrier have been achieved. Quality control methods will ensure conformance with specifications, assure full-depth barrier continuity, and include verification borings and video camera surveillance of the in-place barrier backfill of the seepage barrier. Three-dimensional digital drawings, clear QC data presentation methods, and a dedicated staff for data collection, reduction and transmission to the Government will be required. 3. Drilling and Grouting - An option for a double line grout curtain will consist of drilling, pressure testing and grouting of the bedrock located at the left dam abutment. Grout holes will be drilled at various orientations and inclinations. Temporary casing will be installed through soil materials and sealed with grout at the base of the casing. Grout holes will be drilled through casing and into bedrock, consisting of various sedimentary rocks types that have strengths ranging from under 1,000 to over 30,000 psi (unconfined compressive strength). The grout holes will be washed and pressure tested to determine if grouting is required. Balanced and stabilized grout mixes will be developed, mixed, delivered and injected into the grout holes, such as to seal all open features within the bedrock and significantly reduce groundwater seepage. Injected air and fluid pressures during drilling, pressure testing and grouting operations will be controlled to prevent damage by hydrofracturing of the bedrock and overlying soil. Pressure testing and grouting will be monitored using automated, real-time and computer-aided data acquisition systems. Additionally, contractors are requested to provide the following Past Performance information: A list of relevant projects, current and/or completed, in the past five years that best demonstrates competence with this type of work; include dates, locations, types of contracts, dollar amounts/values, description of the work and references. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Responses to this sources sought announcement must include the contractor's small business status (if applicable) such as 8(a), HUBZone, etc. Contractors are hereby encouraged to make known their interest in this type of work. All responsible sources may respond to this notice and all responses will be considered. Telephonic responses will not be honored. This is only a Request for Information. No award will result from this Sources Sought. Please email or fax your qualification statement to richard.d.horton@usace.army.mil, fax: (304) 399-5281 by close of business of November 21, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-13-R-SS01/listing.html)
 
Place of Performance
Address: Bolivar Dam, 11614 Glen Park Road N.E., Bolivar, Ohio, 44612-9521, United States
Zip Code: 44612-9521
 
Record
SN02928840-W 20121111/121109234128-2aaf23573fed2869c17b87b973ba96fe (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.