Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOURCES SOUGHT

Y -- Spillway Apron and Fish Ladder Erosion Repairs

Notice Date
5/7/2020 3:20:02 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW-20-R-0BGT
 
Response Due
5/15/2020 2:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Tam Huynh
 
E-Mail Address
tam.c.huynh@usace.army.mil
(tam.c.huynh@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOURCES SOUGHT REFERENCE # W912DW-20-R-0BGT Technical Point of Contact: Project Manager Adrienne Murphy at adrienne.e.murphy@usace.army.mil US Army Corps of Engineers (USACE), Seattle District, is seeking interested local 8(a) business sources for a construction Project titled: Spillway Apron and Fish Ladder Erosion Repairs. Proposed project will be a negotiated procurement, firm fixed-price construction project. Construction magnitude is estimated to be between $500,000 and $1,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction. Small business size standard is $39,500,000 in average annual receipts. Due to COVID-19 travel restriction, local 8(a) small business are strongly encouraged to respond. An 8 (a) firm is considered a local business if it has an office in the state of Washington. This sources-sought announcement is a tool to identify local 8(a) small businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Summary Scope of Work (SOW): OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires repairs to damaged and eroded concrete on the south side of the spillway, fish ladder and stilling basin. Damage include holes in the spillway monolith ogee surface, missing concrete between the fish ladder structure and spillway apron with exposed native foundation materials and eroded concrete between the sheet pile wall and the fish ladder. Repairs must prevent undercutting failure of the fish ladder and stilling basin apron by providing reliable materials such as grout or concrete to prevent further erosion of the foundation materials and structure. In Water Work: This project will include the placement of concrete or grout in water. The project will likely require divers to perform or assist in placement of materials. Construction may require some underwater demolition of concrete to get a good surface for adhesion of grout or concrete and the project may possibly require minor welding of steel sheet pile. Environmentally Sensitive Project Location: The work will be performed at the Lake Washington Ship Canal in the water along the fish ladder and southern part of the spillway apron and ogee. All waters around the Locks is considered environmentally sensitive for various reason however this work is to be performed while ESA listed Chinook salmon are swimming up river for spawning and must access the fish ladder in the foot print of our Construction site. Special consideration will be made to prevent trauma to the ESA listed Salmon which includes but is not limited to: non-toxic Construction materials, reduced sound and equipment or the use of bubble curtains in the affected area, monitoring of water quality and ph levels as well as other measures deemed necessary for survivability. Condensed Schedule for Award, Submittals and Construction: This repair work is considered an emergency repair which must be completed before flood season begins. All in water work must be completed no later than 30 September 2020. Due to ESA listed Chinook Salmon, USACE is looking for a Contractor who can propose a realistic schedule to complete all work in the SOW as late in September as possible to have the least impact on salmon. As a result, USACE needs a Contractor with a strong management team who understands our need for quick turnaround of proposals and award and submittal documents to ensure successful completion of this project in a condensed Solicitation and Construction schedule. REQUIREMENTS: Interested firms should submit a brief capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Three (3) to five (5) examples of past projects as the Prime Contractor or Subcontractor for work that demonstrates the following requirements: Project where work was performed in a marine environment. Projects where concrete was placed in a marine environment or required specialized placement. Projects requiring strict adherence to environmental regulations and environmental coordination. Projects where you�re Company proposed solutions to provide less impact to facility occupants. Projects where you�re Company proposed efficient solutions which allowed project to be completed earlier than scheduled.� Project performed in a condensed schedule. Requiring strong administration of a contract. All submitted projects should be completed within the last ten years. 3. Examples should include the following information: Title and description of the project; Customer name; Dates of performance; Dollar value of project; Description of how your Company demonstrated one of the six requirements above; All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 15 May 2020. Submit responses to the attention of Adrienne Murphy, Project Manager, by email: Adrienne.e.murphy@usace.army.mil and Tam Huynh at tam.c.huynh@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. � Contracting Office Address: Attn: CENWS-CT PO Box 3755 Seattle, Washington 98124-3755 United States �Place of Performance: Hiram M. Chittenden Locks & Lake Washington Ship Canal 3015 N.W. 54th St Seattle, WA 98107-4299 � Primary Point of Contact: Adrienne Murphy, Project Manager Adrienne.e.murphy@usace.army.mil Phone: 206-764-6765
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f0be1123e284bf082db040c92e9e11b/view)
 
Place of Performance
Address: Seattle, WA 98107, USA
Zip Code: 98107
Country: USA
 
Record
SN05650897-F 20200509/200507230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.