SOURCES SOUGHT
Z -- Chicagoland Underflow Plan McCook Reservoir: Rock Wall and Slope Stabilization IDIQ
- Notice Date
- 2/18/2015
- 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, Chicago, 231 South LaSalle Street, Suite 1500, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- W912P6-15-S-0002
- Archive Date
- 3/19/2015
- Point of Contact
- Greg M. Hermsen, Phone: 3128465376, Christine Warren, Phone: 3128465494
- E-Mail Address
-
gregory.m.hermsen@usace.army.mil, christine.warren@usace.army.mil
(gregory.m.hermsen@usace.army.mil, christine.warren@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The Chicagoland Underflow Plan (CUP) McCook Reservoir project is being implemented to reduce combined sewer overflows (CSOs) and flooding in the areas served by the Metropolitan Water Reclamation District of Greater Chicago's (MWRDGC) Mainstream and Des Plaines Tunnel and Reservoir Plan (TARP) systems. The McCook Reservoir is located at the MWRDGC Lawndale Avenue Solids Management Area (LASMA) site. Originally authorized in the Water Resources Development Act of 1999, the McCook Reservoir is a key component of Chicago's ongoing TARP, providing approximately 10 billion gallons of additional CSO storage to the MWRDGC network. In order to minimize flood damages to the City of Chicago and 36 surrounding suburban communities, the reservoir will store excess CSO water from TARP's Mainstream and Des Plaines Deep Tunnel systems until the floodwaters levels recede. This stored CSO will then be pumped to the Stickney Water Treatment Plant for treatment and appropriate discharge to the TARP network. The McCook Rock Wall and Slope Stabilization IDIQ will include but is not limited to the following major components: • Rock Walls - Scaling loose rock from pre-split blasted vertical slopes up to 250-feet in height using both hand tool methods and machinery. Scaling of areas ranging from 200 square yards to several thousand linear feet of vertical or near vertical blasted rock face to remove loose rock fragments ranging from 10-pounds to several tons. Drilling and installing 1-inch diameter (no. 8) or larger resin-encapsulated rock dowels to depths at least 15-feet into vertical rock walls up to 250-feet in height. Installation of at least 2,500 linear feet of resin-encapsulated rock dowels or rock bolts into vertical or near-vertical rock faces. Installation of steel rockfall protection mesh and/or rock support mesh onto vertical blasted rock slopes up to 250-feet in height. • Overburden Slopes - 40 ft to 50 ft of overburden soils consisting of silty clay fill overlying hardpan. The slopes along the canal side are roughly graded to 2.5H:1V and the river side slopes are graded to 2H:1V. There is a concrete work platform at the top of the slope on the canal side and a roadway at of the top of the riverside slope. Vegetation removal and grading will be required along with excavation for construction of the retaining wall. Pumping of surface water will be needed. • Retaining Walls - 3,100 LF of soil nail wall up to 25 ft in height. The wall heights vary based on the rock surface. Impacts to an existing slurry wall in the riverside slope need to be avoided. Concurrent construction of areas with a 30 ft wide work bench in front of the wall. • Permanent Slope Stabilization - Geocellular confinement system on the overburden slopes with stone infill will be installed once the retaining walls have been completed. • Rock Bench - Cleaning of the top of rock surface and removal of fractured rock. Sealing of joints and installing a mud mat. Should this Agency issue a formal solicitation for these requirements, prospective offerors will be required to submit enough technical information to allow an in-depth technical analysis of their proposed systems. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors that are capable of meeting all of the above requirements. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your company currently registered with the System for Award Management (SAM) Database? If not, has it been registered or does it plan to register? 2. In consideration of NAICS code 237990, with a small business size standard in dollars of $36.5 Million, which of the following small business categories is your business classified under, if any? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) 4. Is the potential offeror capable of obtaining performance and payment bonds for a project ranging between $5,000,000 and $25,000,000? 5. Is the potential offeror a small-business interested in performing as a subcontractor to one of the items of work described in items 8 through 11? 6. Is the potential offeror capable of adhering to a Small Business Subcontracting Plan where at least 50% of the subcontracting dollars will be requested to be performed by a small business? 7. Does the potential offeror have experience with the following aspects of rock wall stabilization: a. Scaling at heights up to 250 ft, or; b. Installing rock dowels, or; c. Installing structural mesh, or; d. Drilling horizontally into rock faces, or; e. Applying shotcrete for stabilization, or; f. Rock joint treatment, or: g. Rock mapping. 8. Does the potential offeror have experience constructing retaining walls under the following conditions: a. Heights up to 25 ft, or; b. Reinforced concrete walls, or; c. Soil nail walls, or; d. Foundations on rock or uneven surfaces, or; 9. Does the potential offeror have experience with the following aspects of earthwork: a. Clearing, or; b. Grading, or; c. Mass excavation in cobbles and boulders, or; d. Temporary shoring? If so, what kind? 10. Does the potential offeror have experience installing a geocellular confinement system on slopes with the following: a. Steeper than 2H:1V, or; b. Slopes requiring tie off systems? 11. Are there any concerns by prime contractors on the availability of skilled construction labor in this market area? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Greg M. Hermsen prior to 4:30 p.m. (CDT) on March 4, 2015 via email to: gregory.m.hermsen@usace.army.mil (ensure that the number of the Sources Sought Notice of "W912P6-15-S-0002, McCook Rock Wall and Slope Stabilization IDIQ " is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Mr. Hermsen's email inbox.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-15-S-0002/listing.html)
- Place of Performance
- Address: Hodgkins, Illinois, United States
- Record
- SN03644775-W 20150220/150218234832-36a0a8784c2820c4b9a0d9a277fc99ad (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 |