SOLICITATION NOTICE
Y -- ARKABUTLA LAKE DAM, EMERGENCY RELIEF WELLS INSTRUMENTATION INSTALLATION AND AUTOMATION AND UNDERSLAB DRAINAGE SYSTEM CLOSURE COLDWATER RIVER, ARKABUTLA LAKE, DESOTO COUNTY, MISSISSIPPI
- Notice Date
- 9/29/2023 11:43:15 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE24B0001
- Response Due
- 11/15/2023 12:00:00 PM
- Archive Date
- 11/30/2023
- Point of Contact
- Robert Ellis Screws, Phone: 6016317527, Freteshia L. Johnson, Phone: 6016315219
- E-Mail Address
-
Ellis.Screws@usace.army.mil, Freteshia.L.Johnson@usace.army.mil
(Ellis.Screws@usace.army.mil, Freteshia.L.Johnson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- W912EE - The USACE Vicksburg District is seeking qualified and capable contractors with the capability to perform the scope of work indicated, who can mobilize immediately upon award of a contract. The proposed action is anticipated to be an emergency construction project, resulting in a firm fixed-price contract. � The work to be performed under this contract consists of furnishing all plant, labor, materials, and equipment to complete the below features of work. Relief wells It should be noted that all drill rig operators must be licensed in the state of Mississippi and have at least three (3) to (5) years of experience drilling with the type of equipment proposed, on at least two dam and/or levee projects.� A total of six (6) relief wells are to be installed in the backfill area of the outlet works for Arkabutla Dam in order to reduce foundation uplift pressures. Three (3) of the six (6) relief wells will be installed in the North backfill and the remaining three (3) will be installed in the South backfill. The relief wells will be 12 inches in diameter with an average depth of 70 feet.� This will include 40 ft of riser and approximately 30 ft screened with #30 screen slot size. A minimum boring size of 26 inches must be used to create the minimum width of filter pack between the well screen and foundation sands. The required drilling method for this installation is reverse circulatory drilling. Each relief well will include a 12-inch diameter stainless steel lateral that will allow the relief well to gravity discharge through the concrete wing wall and into the outlet works. Each lateral will discharge 28.5 ft below the top of the wing wall at the lateral invert, meaning that the relief well/lateral connection must be made at a depth of approximately 28 ft below grade. The average length of the lateral from the relief well connection to the exterior of the outlet works wall is approximately 25 ft. The outlet works reinforced concrete wing wall that must be cored through is 3.5 feet thick. The lateral invert on the outlet works side sits just 4 feet above the stilling basin floor.�� Upon installation of each relief well, a step-drawdown pump test shall be performed on each relief well individually to develop the wells and to provide critical efficiency data of each new well.� During the step drawdown pump tests, each well will be pumped at an initial constant rate of 250 gpm until the water level in the pumped well has stabilized, varies less than 0.1 ft./hr. Then, without turning off the pump, the rate of pumping shall be increased or stepped-up to 375 gpm, and the above-described procedure is repeated. The overall pump test shall include a minimum of 3 distinct steps for each well pump test at 250 gpm,375 gpm, and 500gpm. Instrumentation Installation and Automation A total of twenty-four (24) new open standpipe piezometers will be installed in eleven (11) boreholes of varying size and depth. Each of these instruments will be outfitted with vibrating wire instrumentation. Additionally, twenty-one (21) existing piezometers will be outfitted with vibrating wire instrumentation by the contractor. The contractor will be responsible for outfitting each piezometer with vibrating wire instrumentation and establishing automation and digital instrument data communication to the Vicksburg District�s Water Control�s observation database or a contractor established database. The contractor will provide on-site training on equipment automation, connectivity, and database communication. All new piezometers installed will have a diameter of 1.25� and be constructed with schedule 80 PVC with a #10 slot screen. The screens will be 2 feet in length. Nine (9) of the eleven (11) new open standpipe piezometer boreholes will be drilled through the embankment dam at total drilled depths ranging from 51 ft to 99 ft. There are multiple borehole locations that will need to be drilled on steep slopes ranging from 1V on 3H to 1V on 2.5H. Constructed drill pads or adjustable mast drilling rigs will need to be utilized to ensure a vertical borehole. Each borehole consists of �nested� open standpipe piezometers. This means that multiple open standpipe piezometers will be installed in each borehole at varying tip depths. The �nested� piezometers range from 2 to 3 open standpipes in each borehole. Each embankment borehole will be 10 inches in diameter to accommodate for multiple open standpipes. The granular filter pack, bentonite seal, and grout will be specified in the contract specifications. The nested piezometers will include twenty-two (22) of the twenty-four (24) open standpipe piezometers. Hollow stem auguring is the required drilling method for the embankment piezometers. Two (2) of the boreholes and piezometers will be cored through the centerline of the outlet works concrete floor and set into the subsurface foundation. This will consist of a 4-inch coring that must penetrate 5 feet of concrete slab, 1 foot of pervious concrete, an unknown depth of cement grout that exist from previous repairs, and 3 feet of foundation material in which the piezometer screen will be tipped. Due to the high discharge velocities coming from the outlet works, the piezometer riser for each outlet works instrument must be trenched into the concrete floor and wall in order to protect the riser. Since the riser must be molded to the shape of the floor, it will require multiple bends. In order for the vibrating wire instrument to sit near the piezometer screen, it will need to be installed during the installation of the piezometer screen. The wiring can then be pushed through the remaining riser sections as they are installed. Each riser will be terminated at the top of the outlet works wall where it will be outfitted with automation equipment. Under-slab Drainage System Closure Currently, there are ten (10) 4-inch drains that exists across the lowest chute step leading from the conduit exit to the stilling basin. These drains discharge excess seepage flows from the outlet works foundation in order to relieve pressure. The system is compromised and must be closed off. A steel plate and gasket will be bolted to the exterior of the drains, ceasing any flows through the drains. Bolts will need to be anchored to the existing concrete in order to create a good seal.� It should be noted that the relief wells will need to be installed and pumped to serve as dewatering wells prior to closing off the underslab drainage closure system and installation of the two piezometers in the outlet works. The project has a completion period of 120 Calendar Days from the date of the Notice to Proceed. In accordance with FAR 36.204(f), the magnitude of construction for this project is between $1,000,000. and $5,000,000.� The bids will be evaluated based on lowest price submitted.� This is a pre-solicitation notice.� An official solicitation, plans, and specifications will be available by electronic posting only on the System for Award Management (SAM) Web Page at https://www.sam.gov/. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at https://www.sam.gov/. Bidders are encouraged to check often for changes (AMENDMENTS) to posted solicitations. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. SOLICITATION ISSUE DATE ON OR ABOUT:� 16 OCTOBER 2023; BID OPENING DATE AND TIME ON OR ABOUT:� 15 NOVEMBER 2023; 1400PM CST; THIS PROCUREMENT IS A TOTAL 100% SMALL BUSINESS SET-ASIDE.� IT IS ISSUED UNDER NAICS CODE 237990, FSC CODE: Y1PZ, FOR A FIRM FIXED-PRICE CONTRACT.� For additional information regarding this solicitation, please contact R. Ellis Screws via email at Ellis.Screws@usace.army.mil. Technical inquiries and questions relating to the solicitation are to be submitted via Bidder Inquiry in ProjNet at www.ProjNet.Org when the solicitation is made available. The solicitation, including any amendments, shall establish the official opening and closing dates and times. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a8f9e8fcb7b4b578c0880162b811cd2/view)
- Place of Performance
- Address: Arkabutla, MS, USA
- Country: USA
- Country: USA
- Record
- SN06849930-F 20231001/230929231050 (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 |