Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2024 SAM #8181
SOLICITATION NOTICE

Y -- Design-Bid-Build of Three Rivers Phase 2 Hydraulic Containment Structure and Modifications to Owens Lake and LaGrues Lake Culverts, McClellan-Kerr Arkansas River Navigation System, Arkansas County, Arkansas

Notice Date
4/19/2024 12:53:03 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST LITTLE ROCK LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S24R0002
 
Response Due
7/8/2024 12:00:00 PM
 
Archive Date
08/08/2024
 
Point of Contact
Deborah Oswalt, Phone: 5013401268, Marcus D. Mitchell, Phone: 5013401253
 
E-Mail Address
Deborah.Oswalt@usace.army.mil, marcus.d.mitchell@usace.army.mil
(Deborah.Oswalt@usace.army.mil, marcus.d.mitchell@usace.army.mil)
 
Description
PRESOLICITATION NOTICE FOR: Design-Bid-Build of Three Rivers Phase 2 Hydraulic Containment Structure and Modifications to Owens Lake and LaGrues Lake Culverts, McClellan-Kerr Arkansas River Navigation System, Arkansas County, Arkansas W9127S24R0002 The US Army Crops of Engineers, Little Rock District (CESWL), has been tasked to solicit and award a Design-Bid-Build competitive negotiation procurement in order to obtain construction services for a Hydraulic Containment Structure and Modifications to Owens Lake and LaGrues Lake Navigation System on the McClellan-Kerr Arkansas River Navigation System, Arkansas County, Arkansas. The North American Industry Classification System (NAICS) Code is 237990 � Other Heavy and Civil Engineering Construction.� The US Small Business Administration Size Standard is $45M Project Description: The general scope of the requirements will be Construction of a new containment structure (top elevation 157), installation of a bridge culvert into Owens Weir, replacement of culverts at La Grues Lake, and associate work; located in Arkansas County, near Tichnor, AR. Provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary for the engineering, and construction of hydraulic structures from materials that can include, but are not limited to, soil cement, concrete, riprap constructed from rock gradations up to R7400 (see Gradation charts in appendix), sheet piling, seepage cutoff walls, culvert installation, underwater excavation and rock placement, and relocation of private fiber optic lines. Project features include Construction of the following: a. Hydraulic containment structure, with a crest elevation 157-ft NAVD88 b. Portions of the access road can be inundated and temporarily closed due to river elevation fluctuations; barge/boat transportation of equipment, personnel, and supplies should be expected when working at or above the water elevation that causes the road closure. c. Access road along the top of the containment structure, as indicated. d. Borrow Material. Fine-grained material that may be needed for an impervious earthen embankment is scarce or not available at the site. The material will need to be imported from an offsite source, or the available coarse-grained material be blended/modified to meet a maximum hydraulic conductivity of 3.28E-05 ft/sec. Pervious or coarse grained material can be obtained Dredge Disposal Area 2 or Dredge Disposal Area 3 shown on the drawings. e. Fiber Optics relocation and replacement and encasement of fiber optics line along La Grues. f. Portions of the project site are above elevation 168-ft NAVD88 and can be used as construction staging areas of sufficient elevation to avoid inundation. The 2011 Mississippi event was estimated as a 1 percent Annual Exceedance Probability (AEP) Mississippi River flood event. During this event, river elevations were approximately 168-ft NAVD88 as measured at Montgomery Point Lock and Dam gage on the White River, and 166-ft NAVD88 at the Yancopin railroad bridge gage on the Arkansas River. g. Depending on river levels, underwater excavation/construction/rock placement can exceed 30 feet. h. The finished structure must consist of a low maintenance top driving surface that is conducive to inspections and access by vehicles. The structure must be constructed to withstand damages including but not limited to overtopping, scour, slope failures, uplift, and settlement. The top driving surface must be constructed to minimize routine maintenance and repairs throughout the life of the structure. i. Replacement of existing corrugated metal pipe culverts with precast box culverts and placement of bedding stone and riprap on the culvert abutments at La Grues. j. Partial demolition of Owen's weir and placement of new prefabricated bridge culvert with soil and soil cement backfill. k. Remove Menard Bayou Bridge Bypass on Benzal Road upon completion of project (approximate location: 34� 0'57.44""N, 91�11'21.27""W).�� Estimated Value Range:� In Accordance with FAR 36/DFARS 236, the estimated value for this requirement is between $65M and $75M. Estimated Schedule Dates: Issue Solicitation:� May 8, 2024 Construction Contract Award:� December 5, 2024 Contract Completion:� July 27, 2028 All solicitation documents will be available when the solicitation is released. The proposed contract will be competitive firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off process.� There will no public bid opening.� The Government will evaluate and select for contract award the contractor that provides the best value to the Government.� All contractors shall submit a proposal that includes a technical volume and a price volume.� The proposals will be given consideration for both the technical evaluations factors and price. Small Business & 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting, DOD will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded for general construction-type procurement. Solicitation will be issued as a Request for Proposal (RFP).� This solicitation will be issued via Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and the Government Point of Entry (GPE), www.sam.gov. Amendments to the solicitation will be issued via the GPE/PIEE as well. It is each offerors responsibility to download the solicitation and monitor the sites for updates. Offerors must be registered with the System for Award Management (SAM) in order to submit a proposal in response to this solicitation. Contractors may register for SAM at no cost to them at the following website: www.sam.gov. All questions or comments should be forwarded in writing via email to Deborah Oswalt Deborah.Oswalt@usace.army.mil and Marcus Mitchell��Marcus.D.Mitchell@usace.army.mil. ����������� ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e756e980db14ba2accf80d98570b501/view)
 
Place of Performance
Address: Tichnor, AR 72166, USA
Zip Code: 72166
Country: USA
 
Record
SN07036634-F 20240421/240419230045 (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.