Federal Bid

Last Updated on 26 May 2023 at 7 PM
Sources Sought
Elberton Georgia

RICHARD B. RUSSELL TAIL RACE RIPRAP REVETMENT REPAIR

Solicitation ID W912HN23S5013
Posted Date 26 May 2023 at 7 PM
Archive Date 24 Jun 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Us Army Engineer District Savannah
Agency Department Of Defense
Location Elberton Georgia United states

This is a Sources Sough Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for civil works construction. The result of this market research will contribute to determining the method of procurement.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 with a size standard of $45 Million. The potential magnitude for this requirement is estimated between $1 Million to $ 5 Million dollars. Inquiries will only be accepted via email to Contract Specialist, Arcia E Fusi at [email protected], please CC the Contracting Officer, Jennifer Ford at [email protected]. The requested information  should be completed and submitted no later than June 09, 2023 at 12:00 pm Eastern.

Statement of Work

for

RBR TAIL RACE RIPRAP REVETMENT REPAIR

RICHARD B. RUSSELL DAM AND LAKE, GEORGIA

This project scope of work involves a design to repair designated areas that are eroded along approximately 2,100 linear feet of bank revetment and 3 stone flow diversion structures extending an additional 600 linear feet on the Georgia side of the Savannah River near the tail race of the Richard B. Russell Dam. The stone revetment will be constructed to tie into the existing up-river and down-river portions of the revetment. Repairs will include the placement of stone over the original footprint of the revetment and diversion structures. The repaired revetment and diversion structures will consist of underlayer stone base and 3’ thick layer of armor stone.  The diversion structures will be built to a crest elevation of 332’ msl and 6’ wide crest with 2:1 side slopes (in accordance with the original design). The current prelimary estimate for rock quantities is 8,000 tons, please note that this is subject to change. Some areas of the revetment in high erosion areas will require grouting of the riprap if riprap was previously grouted in that location. It is anticipated that work will be completed from the water on a barge, there are boat ramps available for use. Upon completion of use of the staging area, all pavement that has been disturbed during the staging process shall be resurfaced. The contractor will verify site accessibility for selected equipment. Vessel traffic in the vicinity of the site is expected to be minimal and limited to occasional recreational boaters. The contractor will be responsible for furnishing, stockpiling, and placement of all rock. The rock will be carefully placed within the template using approved equipment. Additional project requirements include erosion control provisions, protection of existing conduit, and earthwork incidental to rock placement.

If you are interested in this project and/or your organization has the potential capacity to perform these services, please submit the following to the Point of Contacts (POC) information listed below:

1.  Name and Address of your Firm

2.  Point of Contact (name/phone/email)

3.  Company website

4. Unique Entity Identifier Number (UEI) number 

5.  Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp)

6. 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.sam.gov)

7.  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 performing heavy civil marine construction, furnishing and placement of rock, and the use of barges and over-water platforms for hauling rock and placing rock from over-water. 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.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Atlanta Louisiana 24 Nov 2025 at 5 AM
Evanston Illinois 29 Jul 2025 at 4 AM
New york New york 22 Jul 2025 at 4 AM (estimated)