Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2015 FBO #4884
SOLICITATION NOTICE

Y -- Hamilton City Flood Damage Reduction and Ecosystem Restoration Project, Glenn County, California, Sources Sought # was W91238-15-S-0370

Notice Date
4/7/2015
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-15-R-0028
 
Archive Date
6/23/2015
 
Point of Contact
Marsha R Sells, Phone: 916-557-5232
 
E-Mail Address
Marsha.R.Sells@usace.army.mil
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JOB DESCRIPTION: The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish contracts to construct a setback levee about 6.8 miles long and degrade an existing "J" levee, actively restoring 1,145 acres of riparian woodland, 261 acres of riparian shrub, and 70 acres of floodplain meadow now cut off by that levee. To accomplish ecosystem restoration, most of an existing "J" levee will be removed to reconnect the river to the floodplain and allow for overbank flooding. In areas where the "J" levee reduces velocities of the Sacramento River, the "J" levee will remain in place. The new setback levee will begin two miles north of Hamilton City. It will tie into high ground near the end of the "J" levee to prevent flows greater than 250 year event from wrapping around the setback levee and over County Road 203 and into populated areas. County Road 203 will be ramped approximately 2.5 feet from its current height over the setback levee. Glenn County constructed a short setback levee near the northern end of the "J" levee in 2003, that is serving as a "training dike" for the new setback levee. Entrenched rock will be placed on either of the waterside or landside of this training dike to direct flows and potential river migration away from the new setback levee. The setback levee will run SE along County Road 203 then turn easterly and run parallel to the Sacramento River for about 1,300 feet. A seepage berm will be constructed on the landside of the setback levee from the northern end of the levee to Dunning Slough. The levee will have a 90 percent reliability of passing the 75 year event. At Highway 32, the levee will turn east and run parallel to the highway until tying into the approach at Gianella Bridge. The highway will not need to be raised, but rock riprap will be placed to protect the levee embankment and bridge from floodwaters. South of Highway 32, the alignment follows the existing "J" levee adjacent to Irvine Finch River Access. South of this access, the levee will be aligned away from the river to open up the floodplain. The alignment will cut across a portion of Dunning Slough and provide protection to the Hamilton City wastewater treatment plant. An existing ditch within Dunning Slough will be used to drain runoff from the agricultural fields and Hamilton City. This drain will connect to the floodplain via a culvert in the setback levee south of Dunning Slough. The alignment will follow the western edge of the habitat restoration area before turning east and merging with the southern end of the "J" levee at Road 23. As the levee turns east, the levee height will gradually decrease from 9 feet to approximately 2 feet. At this point the new setback levee will transition into a "training dike". This height reduction will avoid negative hydraulic effects to downstream property owners. The training dike continues a mile south of Road 23, running west of the United Status Fish and Wildlife Service (USFWS) boundary. This project will manage flood risk for the town of Hamilton City and adjacent agricultural lands while providing significant habitat acreage in the floodplain. Acquisition Information: This acquisition is proceeding as a Request for Proposals (RFP) using the Low Price Technically Acceptable (LPTA). This RFP is a Competitive, Small Business Set-Aside and all Small businesses may respond. Estimated Cost Range is between $1,000,000 $5,000,000 Period of Performance for Construction: 365 Days. This Procurement will be conducted under FSC CODE: Y1PC, SIC CODE: 1629, NAICS Code: 237990. The size standard for this code is $36,500,000. All questions should be directed to the Contract Specialist, Marsha Sells, at (916) 557-5232, e-mail marsha.r.sells@usace.army.mil. Information about the time and location of the site visit/pre-proposal conference will be found in Section 00 21 00 of the solicitation. If you need assistance with downloading the plans or specs or registering as an Interested Vendor, please contact the Contract Specialist. It is anticipated that the RFP will be issued on or about June 8, 2015, for downloading at the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in System for Award Management (www.sam.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be SAM registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-R-0028/listing.html)
 
Place of Performance
Address: Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN03691192-W 20150409/150407234752-90eb252f42d341e6bb7cd4fb4ec1037d (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.