SOURCES SOUGHT
Z -- Columbia Park Bank Stabilization
- Notice Date
- 5/11/2018
- 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-SS32
- 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
- Columbia Park Bank Stabilization Sources Sought Notice: W912EF-18-R-SS32 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Columbia Park Bank Stabilization. The construction will occur in Benton County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $1,000,000 and $5,000,000. 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 women-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 10:00 AM Pacific Time on May 29, 2018. Summary of Scope of Work: This project is to stabilize a section of shoreline at approximately Columbia River Mile 333. Although the entire stretch of shoreline where erosion is occurring is approximately 2000 feet in length, the prescribed project calls for intermittent and variable approaches to stabilization. The first will include pole plantings of willow clumps and approved container plants; and the second will utilize vegetated geosynthetic walls to serve as bank protection. Geosynthetic walls will be built by weaving rows of hand placed, soil-filled geotextile bags. The bags are locked in place using spikes, forming a cohesive barrier that will be planted with native plants, seed, and sod. As the plants develop, their root systems lock into the bags further strengthening the system. No excavation is permitted during this undertaking; because of this, fill material will be added to areas where planting and bank protection is to be constructed. Fill material will include angular rock fill, base rock, backfill material, and top soil. Construction will also include the installation of up to seven log stairways to allow recreational access to the river without causing undue erosion. Locations for these stairways were determined by current access routes and locations relative to parking areas. Construction of stairways will not excavate into existing soils, and the contractor will be required to add fill as necessary to obtain the desired grade. The estimated period of performance is September 2018 - August 2019. 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-SS32/listing.html)
- Place of Performance
- Address: Benton County, Washington, United States
- Record
- SN04919518-W 20180513/180511230728-39df38ab518a7064132fd23368404462 (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 |