SOURCES SOUGHT
Z -- Carmen Levee Rehabilitation
- Notice Date
- 3/23/2018
- Notice Type
- Sources Sought
- 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-R-SS25
- 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
- N/A
- Description
- Carmen Levee Rehabilitation Sources Sought Notice: W912EF-18-R-SS25 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Carmen Levee Rehabilitation. The construction will occur on the Salmon River Carmen Levee near Salmon, Idaho. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $250,000 and $500,000. Performance and Payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990. Other Heavy and Civil Engineering Construction and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify interested businesses with the technical experience and capability to accomplish this 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.) Provide a capability statement expressing interest in this requirement, a list of no more than five current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary of Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B.) A list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. 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 that your firm intends to submit an offer on the project when it is advertised. 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 Julie.M.Morris@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 1:00 PM Pacific Time on April 6, 2018. Summary of Scope of Work: The site consists of one location on the levee approximately three miles to the north of the City of Salmon, Idaho. The southern end of the site is located to the immediate north of the Highway 93 Bridge near the entrance to the county fairgrounds. The levee extends to the north past several residences on the east side of the Salmon River. The repair should begin at the most upstream scour area and end at the furthest downstream area, which is approximately 700 feet on the right bank of the river. There are several areas where the riprap is in good condition and can be reused. Construction requires restoring the levee to the as-was condition by re-constructing portions of the levee that eroded away and replacing the armoring on the riverward side. The levee is accessible at several points by local and residential roads. Riprap on slopes and toes eroded away during spring 2017 high flows. This has caused the slopes to become steeper than 2H:1V, which are unstable for riprap. Some riprap remains, but does not constitute a competent revetment surface. This displaced riprap has exposed the levee shell material underneath which needs to be protected with quarry spalls before riprap placement. The contractor will cover fill material and exposed levee fill with one foot of quarry spalls and then riprap (2-4' diameter). The volume of quarry spalls and fill is 414 cubic yards and riprap placement 1,892 cubic yards. Riprap will be hauled from a local pit, approximately 15-20 miles away, by the contractor. River depth varies throughout this reach. Some sites could be 10 to 15 feet deep at the toe of riprap placement. The estimated period of performance is July 2018 - August 2018. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18-R-SS25/listing.html)
- Place of Performance
- Address: Salmon, Idaho, 83467, United States
- Zip Code: 83467
- Zip Code: 83467
- Record
- SN04865012-W 20180325/180323231155-e94d57889f86c5fe01bae0afc1d8a614 (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 |