Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2020 SAM #6870
SOLICITATION NOTICE

Y -- Initial Sitework for the Fish Passage at the New Savannah Bluff Lock & Dam

Notice Date
9/18/2020 3:17:45 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN21B5001
 
Response Due
10/5/2020 11:00:00 AM
 
Archive Date
09/30/2021
 
Point of Contact
Jennifer Cavanagh, Phone: 9126525539, Whittni C. Hiscox, Phone: 9126525421
 
E-Mail Address
jennifer.s.cavanagh@usace.army.mil, whittni.c.hiscox@usace.army.mil
(jennifer.s.cavanagh@usace.army.mil, whittni.c.hiscox@usace.army.mil)
 
Description
NAICS: 237990 Size Standard: $27.5M This combined synopsis/sources sought announcement is for the Initial Sitework for the Fish Passage at the New Savannah Bluff Lock & Dam. This acquisition will result in a Firm Fixed Price Contract Award. The construction magnitude for this project is between $1,000,000.00 and $5,000,000.00. Project Location: �The project is located at the New Savannah Bluff Lock & Dam near the cities of Augusta, Georgia and North Augusta, South Carolina. �The existing New Savannah Bluff Lock & Dam (NSBLD) is located on the Savannah River in Richmond County, Georgia and Aiken County, South Carolina, about 13 miles southeast of the City of Augusta downtown area. � Background: �The NSBLD project was authorized by the 1930 and 1935 Rivers and Harbors Acts for the sole purpose of improving commercial navigation on the Savannah River between the upper limits of the Savannah Harbor and Augusta, Georgia.� The dam consists of a lock and gated spillway. �The Savannah Harbor Expansion Project (SHEP) includes a mitigation feature to construct a fish passage and floodplain bench at the NSBLD site. The nature-like rock weir fish passage was designed to address passage of the entire suite of native aquatic life in the Savannah River while addressing hydraulic, geomorphic, stability and safety issues based on proven concepts in nature-like fish passage.� This project is the first order of work for the larger Fish Passage construction project. � � Project Description:� The project will reroute the existing electrical utilities at the New Savannah Bluff Lock & Dam from the footprint of the future area for a floodplain bench and tying them into one or more temporary power poles at or near the dam. This is required to provide power to the dam throughout the future contract for construction of a Fish Passage at the New Savannah Bluff Lock & Dam. �The power and communication lines crossing over water must be at least 52 feet above the water surface. The scope of this project includes demolition (removal) of existing restrooms, fish cleaning station and picnic shelters in the area of proposed floodplain bench and the pump house near the entrance road. This project requires protection of the structures (walls and crypts) around the New Savannah Cemetery from damage during construction. This protection includes repaving of Lock and Dam Road from the entrance of the park to the western edge of the proposed floodplain bench. Project also includes the installation of guardrails on Lock and Dam road around the Butler Creek Bridge. � The estimated period of performance for this project is 90 calendar days. Evaluation Criteria: The contract will be solicited and procured using FAR 14 Sealed Bidding Procedures. Note: This solicitation will be issued in electronic format only and is anticipated to be available on or about 9 October 2020. Please note that the bid opening date will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in the System for Award Management (SAM) at https://www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://www.fbo.gov in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.fbo.gov. It is the Offeror's responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Contractual Questions should be forwarded to Contract Specialist, Jennifer Cavanagh at jennifer.s.cavanagh@usace.army.mil or to the attention of Contracting Officer, Whittni Hiscox at Whittni.C.Hiscox@usace.army.mil. If your company is interested in this opportunity, please submit the following the Point of Contacts listed in this Combined Synopsis/Sources Sought Announcement no later than 5 October 2020.� Name and Address of your Firm Point of Contact (name/phone/email) Company website Data Universal Numbering System (DUNS) number (http://www.dnb.com) Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp) Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.beta.sam.gov/) Bonding capability for your firm in terms of single and aggregated bonding Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.� Please state if you have experience in marine engineering, performing heavy civil construction in a flood plain, or other work using barges and in river cofferdams.� If significant subcontracting (self-performance is less than 15%) or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party. Contracting Office Address: Attn: CESAS-CT 100 W. Oglethorpe Ave Savannah, Georgia 31402-0889 United States Primary Point of Contact: Jennifer Cavanagh, Contract Specialist jennifer.s.cavanagh@usace.army.mil Phone: (912) 652-5539 Secondary Point of Contact: Whittni C. Hiscox, Contracting Officer whittni.c.hiscox@usace.army.mil Phone: (912) 652-5421
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a7c0c479b834637ba7490d5e237f81d/view)
 
Place of Performance
Address: Augusta, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN05803466-F 20200920/200918230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.