USACE SPK ARCF LAR Project 2 - Erosion Control, Bank Protection, and Stabilization Sites 2-2 and 2-3 - Sacramento, CA
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Mar 08, 2022 03:31 pm PST
- Original Published Date: Feb 16, 2022 03:23 pm PST
- Updated Date Offers Due: Mar 21, 2022 09:00 am PDT
- Original Date Offers Due: Mar 16, 2022 09:00 am PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 05, 2022
- Original Inactive Date: Mar 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1LC - CONSTRUCTION OF TUNNELS AND SUBSURFACE STRUCTURES
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Sacramento , CA 95825USA
Description
The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to provide bank protection and stabilization at Sites 2-2 and 2-3 at the American River Parkway.
The American River Common Features (ARCF) Erosion Control, Lower American River (LAR) Project 2 is located at sites 2-2 and 2-3 along the right (east) bank of the American River Parkway in Sacramento, California. Site 2-2 is approximately 1,200 feet long and is located under the Howe Avenue Bridge. Site 2-3 is approximately 6,600 feet long and extends from the downstream side of the Campus Commons Golf Course to about 1,300 feet upstream of the Guy West Pedestrian Bridge.
The anticipated project includes roughly 7,800 feet of stream bank protection and stabilization of the existing riverbank and levee to protect critical infrastructure against the effects of erosion during large flood events. Most vegetation will be cleared from the project footprint prior to construction. At Site 2-2, the Contractor will be required to clear remaining vegetation and stumps, grub, and strip the project footprint, place soil and rock revetment on the riverbank and levee face beneath Howe Avenue bridge, place soil fill and erosion control netting to construct planting benches, place instream wood structures, and plant and seed placed material. At Site 2-3, the Contractor will be required to clear remaining vegetation and stumps, grub and place soil and rock revetement on the levee face near H-Street, and seed placed material. Along the riverbank through Site 2-3, the Contractor will be required to excavate the bank to a specified flatter slope, excavate ten (10) feet deep into the finished grade to place approximately 79 rock tiebacks by placing rock revetment in 12-foot-wide trenches extending 60 feet to 90 feet in length, backfill with soil fill to finished grade, and place sections of continuous soil-filled rock protection. After excavation and placement, the Contractor will be required to place erosion control netting over planting benches, place instream wood structures on the planting benches, and plant and seed the finished grade. Most of Site 2-2 will require working in the active channel of the American River to place material, while the majority of Site 2-3 will be working in the floodplain above the active channel, with limited areas of the site requiring work in the active channel. The project will require import and placement of approximately 52,500 tons of rock riprap meeting the FHWA Type III gradation, approximately 49,000 tons of rock riprap meeting the FHWA Type IV gradation, approximately 4,500 tons of rock riprap meeting the FHWA Type V gradation, approximately 12,000 tons of bedding material to be imported and placed, approximately 365,000 cubic yards of soil excavation to be off hauled from the site over public roads and stockpiled at a specified stockpile location within 10 miles of the project, approximately 295 trees to be imported and placed as instream woody material, and approximately 4,700 live cuttings to be imported and planted on-site.
Work will be performed over two (2) construction seasons as indicated in the plans and specifications.
The solicitation, plans, and specifications are available for inspection without charge when accessed through the GPE or when requested and delivered by electronic mail and/or data interchange.
In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the Government currently estimates the magnitude of construction for this project to be between $25,000,000 and $100,000,000.
The ONLY Interested Vendors / Plan Holders / Bidders List is available through beta.SAM.gov. Contractors are responsible for self-identifying as interested vendors and contacting other interested vendors. USACE-SPK will not review capabilities statements submitted in response to this Solicitation or coordinate partnering arrangements between parties. Contractors should check beta.SAM.gov frequently for changes to the interested vendors list and this notice.
PLEASE NOTE: THIS PROJECT AND/OR THE PROPOSED SOLICITATION AND CONTRACT ACTION MAY BE CHANGED, DELAYED, OR CANCELED AT ANY TIME.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
SAM Posting Amendment 1 - corrects the bid closing date to 17 March 2022, as stated on the SF 1442.
SAM Posting Amendment 2 - site visit agenda and sign-in sheet uploaded.
SAM Posting Amendment 3 - Amendment 1 to solicitation to extend ProjNet closing date from 03March2022 to 07March 2022
SAM Posting Amendment 4 - Update to description to include previously posted amendment
SAM Posting Amendment 5 - Amendment 2 to the solicitation to extend bid due date from 17March2022 to 21March 2022, change allowed page size in section 00 21 00, Under Tab 3(r) to allow 11"x17" pages, and include Webex link and time for bid opening in Section 00 21 00.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 1325 J STREET
- SACRAMENTO , CA 95814-2922
- USA
Primary Point of Contact
- Jennifer Wheelis, Contract Specialist
- Jennifer.L.Wheelis@usace.army.mil
Secondary Point of Contact
History
- Apr 12, 2022 08:56 pm PDTSolicitation (Updated)
- Mar 17, 2022 10:02 am PDTSolicitation (Updated)
- Mar 11, 2022 02:52 pm PSTSolicitation (Updated)
- Mar 08, 2022 03:31 pm PSTSolicitation (Updated)
- Mar 07, 2022 07:42 am PSTSolicitation (Updated)
- Mar 03, 2022 04:13 pm PSTSolicitation (Updated)
- Feb 28, 2022 02:59 pm PSTSolicitation (Updated)
- Feb 17, 2022 10:40 am PSTSolicitation (Updated)
- Feb 16, 2022 03:23 pm PSTSolicitation (Original)
- Jan 30, 2022 08:55 pm PSTSources Sought (Updated)