SOURCES SOUGHT
Z -- Flood Relief for the USACE Walla Walla District
- Notice Date
- 8/17/2017
- Notice Type
- Sources Sought
- NAICS
- #238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF17RSS36
- Archive Date
- 9/9/2017
- Point of Contact
- Hillary A. Morgan, Phone: 5095277214
- E-Mail Address
-
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FLOOD RELIEF FOR THE US ARMY CORPS OF ENGINEERS WALLA WALLA DISTRICT Sources Sought Notice: W912EF17RSS36 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for construction projects associated with flood relief throughout the District footprint (Table A, below). The intent of this notice is to identify capable sources to obtain Heavy Equipment (dump trucks, dozers, excavators, bucket loaders) including transport of this heavy equipment to/from the incident) for USACE Walla Walla District flood fighting efforts. Flood season is expected between January and June of each year. The government expects to issue contracts on an emergency basis as flood assistance is requested. The North American Industry Classification System (NAICS) code for this project is 238910, Site Preparation Contractors and the associated small business size standard is $15,000,000.00. Construction magnitude for each contract is estimated between $25,000 and $100,000 and 100% payment bonds or irrevocable letter of credit (ILC) will be required. Table A. State or region Counties Primary river basin(s) Washington Asotin, Garfield, Columbia, Columbia, Snake, and Walla Walla, Franklin, Benton, Yakima Franklin, Adam, Lincoln, Whitman Oregon Umatilla, Wallowa, Union, Baker, Power, Malheur, Malheur Wallowa, Snake Central Idaho Latah, Nez Perce, Idaho, Clearwater, Palouse Clearwater, Lewis Southwest Idaho Adams, Washington, Valley, Snake, Payette, Boise, Payette, Gem, Canyon Weiser, Boise, Elmore, Owyhee Owyhee Southcentral Idaho Camas, Gooding, Twin Falls, Snake, Big Wood, Custer, Lemhi, Lincoln, Jerome, Little Wood Cassis, Blaine, Minidoka Little Wood Eastern Idaho, Idaho: Lemhi, Butte, Power, Snake, Portneuf, Bingham, Bannock, Caribou, Madison Bear, Henry's Fork Bonneville, Jefferson, Teton, Clark Salt Oneida, Bear Lake, Franklin Western Wyoming Wyoming: Lincoln This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A) Identify the regions from Table A (above) that your company is willing and capable to provide immediate response after contract award. B) Confirm capability of providing equipment, materials and transport of all items listed in Table B (below). C) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D) Provide a statement regarding features of the scope of work your firm's business would sub-contract, and approximate percentage of the project that would be sub-contracted. E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to Hillary Morgan, Contract Specialist, via email to Hillary.A.Morgan@usacea.army.mil. Your response to this notice must be received on or before 10:00 AM on Friday, August 25, 2016. SUMMARY SCOPE OF WORK The intent of any resultant contract is to obtain Heavy Equipment with operator (dump trucks, dozers, excavators, bucket loaders), and Revetment Materials (Gravel, Sand, and Rip-Rap) for use in and around the operating Rivers, Streams and levees within the USACE Walla Walla District footprint. The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, trained/certified equipment operator personnel, and supervision and management of those personnel, necessary to meet or exceed the contract specifications. The government reserves the right to refuse access of any equipment or personnel to the work site which do not meet the stated requirements below. The resources may be used in the protection of life, property, and infrastructure from hazards and threats including, but not be limited to, flooding. The Contractor will be prepared to perform the work authorized by resulting contracts for durations of 10 hours per day, 7 days per week, until released or relieved. Table B. Item Specifications Comments 1) Dump truck, End dump truck, 12 cubic yard capacity To be used for hauling end dump, 12CY or larger, with high lift gates or rock lips rip rap (weighing up dual rear axle, and licensed highway legal. to 3000 lbs) and fill Includes operator and operating costs. material. 2) Excavator, Hydraulic excavator, crawler mounted Will be used to load medium minimum flywheel 222 horsepower. rip rap material into Minimum 35 foot boom with 1CY bucket trucks, or to place rip and thumb required. CAT320 or equivalent. rap on or into levee Includes operator and operating costs. or access road protective structures (including any necessary earthwork) at one or more locations. 3) Transport None Provide means to safely move equipment between separate work sites, with varying distances, as directed 4) Dozer, small Track mounted tractor, Minimum Prepare worksites for flywheel horsepower 100-199, entry by excavators equipped with semi-U blade. CAT D4/D5 and dump trucks. or equivalent. Includes operator and Move delivered operating costs. material into place at levee damage site. 5) Bucket loader, Wheeled. 5 CY bucket, 197 horsepower, Load fill material as medium 40435 pounds operating capacity. required. Move Caterpillar 950 or equivalent. Includes delivered material operator and operating costs. within levee work site 6) Light set Portable light set, with generator, trailer Lights must be hitch, and 4 floodlights. Baldor PL6000K equivalent to 1000W Portable Light Tower or equivalent. Includes metal halide bulbs, operator and operating costs. and capable of being aimed independently. Minimum runtime between refueling is 60 hours. 7) Project One-time costs for moving equipment to or Transport will be paid Mob/Demob from this operation, excluding dump trucks. to the first work site, Includes operator and operating costs. and from the last work site. Also a one-time cost will be paid to transport equipment between worksites. 8) Work Per item costs for moving equipment Separate from item Mob/Demob between work sites during this operation, #7, for shifting excluding dump trucks. Includes operator equipment between and operating costs. work site within the scope of work. 9) Labor Provide common or general labor, and Hour rate: Common supervision, for manual tasks or general labor. Hourly Rate: supervision 10) Revetment Materials Sand, Gravel, Rip-Rap 11) Flood Barrier Rapid installation flood barrier system (i.e. Hesco Barrier or equal) All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan (APP) for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses (AHA) for each phase of work that comply with EM 385-1-1. The Contractor will provide all personnel protective equipment (PPE) for the assigned work for all prime and sub-contractor labor workforce. A Site Safety and Health Officer (SSHO) employed provided by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF17RSS36/listing.html)
- Record
- SN04634235-W 20170819/170817232052-496c59a93802af5402d31b35180ad6ef (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |