Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
SOLICITATION NOTICE

Z -- Mill Creek Return Channel Bank Armor

Notice Date
3/2/2018
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
W912EF-18-Q-0047
 
Point of Contact
Julie Morris, Phone: 5095277227
 
E-Mail Address
Julie.M.Morris@usace.army.mil
(Julie.M.Morris@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
SYNOPSIS: Construction Project: Mill Creek Return Channel Bank Armor This will be a firm fixed-price construction contract located at Mill Creek, Walla Walla, Washington. Estimated construction magnitude is between $100,000 and $250,000. Performance and payment bonds (100%) will be required. The onsite construction work window at Mill Creek is estimated from June 1, 2018 through June 30, 2018. See up-coming solicitation for details. DESCRIPTION OF WORK: The Mill Creek Return Channel, from Reservoir Road to the South Levee Trail Service Road, is approximately 440 linear feet. In order to provide bank armor and maintain the design capacity (190 cfs) of the return channel, the following work is needed: Grading approximately 400 linear feet of the top of the left (western) bank and providing side slopes as designated on design drawings to provide required channel depth. Installation of 80 linear feet of high performance turf reinforcement mat (HPTRM) on the channel side slope along the bend in the return channel. Install the HPTRM in accordance with the manufacturer's instructions and specifications. In addition, all disturbed ground would be seeded and irrigated to establish vegetation. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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 for Government acceptance. In addition, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor is 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 8 hours of safety training from accredited safety training sources each year for the past 5 years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings to the customer. Solicitation No. W912EF-18-Q-0047 will be posted to the FedBizOpps (FBO) website in approximately 2-3 weeks. Quotes will be due 3 weeks after the solicitation is issued. When issued, the solicitation documents for this project will be available at https://www.fbo.gov. The solicitation is 100% Women-Owned Small Business Set-Aside. The small business size standard for NAICS 237990 is no more than $36,500,000 in average annual receipts. Important Note: The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. A site visit will be offered generally within 1 1/2 weeks after the solicitation is issued. The site-visit is HIGHLY recommended if a bid is intended. See solicitation for details about the site visit. Only ONE site visit will be offered. Access for Foreign Nationals. It takes 4-5 weeks to obtain clearance for foreign nationals to enter the project site. If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately. To request clearance for foreign nationals, submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph 9INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to julie.m.morris@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. No CDs or hard copies will be available by the Government. Downloads are available only through the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to the notice. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document posted on the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18-Q-0047/listing.html)
 
Place of Performance
Address: Mill Creek, 3211 Reservoir Rd, Walla Walla, Washington, 99362, United States
Zip Code: 99362
 
Record
SN04840846-W 20180304/180302231050-2c32ac9d43609f7344ede3bb027573ff (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 |
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.