SOURCES SOUGHT
Z -- Milton Freewater and Mill Creek Levee Rehabilitation
- Notice Date
- 6/30/2020 3:34:03 PM
- Notice Type
- Sources Sought
- NAICS
- 23799
—
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20RSS41
- Response Due
- 7/8/2020 10:00:00 AM
- Archive Date
- 07/23/2020
- Point of Contact
- David Boone, Phone: 5095277227, LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
- E-Mail Address
-
david.c.boone@usace.army.mil, leanne.r.walling@usace.army.mil
(david.c.boone@usace.army.mil, leanne.r.walling@usace.army.mil)
- Description
- Amendment #1 : Update changing response date from 7/13/2020 by 2 p.m. to 7/8/2020 by 2 p.m. Milton Freewater and Mill Creek Levee Rehabilitation Source Sought Notice W912EF20RSS41 The US Army Corps of Engineers, Walla Walla District is seeking sources for two separate construction projects entitled: Mill Creek and Milton Freewater Levee Rehabilitation.� The work is located at the Mill Creek Project in Walla Walla County, Washington and in Milton Freewater in Umatilla County, Oregon. �There will be two separate solicitations for a firm-fixed-price Construction contracts for these projects. Please indicate experience and interest for each project separately.� The North American Industry Classification System (NAICS) codes for this project are 237990 and the associated small business size standard is $39,500,000.00.� Performance and payment bonds will be required. Award is anticipated early September 2020 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 these requirements.� A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work.� For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, performance period, 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. A reference list for each of the projects submitted in A) above.� Include the name, title, phone number and email address for each reference 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.� Provide a statement that your firm intends to submit an offer on the project when it is advertised Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required Cage Code and DUNS number. Summary of Scopes of Work for Two Separate Projects: Mill Creek Location: There are forty-seven damage sites located along the left and right levee banks of Mill Creek in Walla Walla County, Washington, in or near the City of Walla Walla, WA. Damages: In general, the damages have been consolidated into four categories to include: wirebound revetment damage, riprap failure/displacement, gabion damage, and erosion/scour. Many of the sites identified contain damages from multiple categories and/or multiple instances from a single category. Repair:� Repair involves reestablishing the riverside slopes and revetments where visible damage exists.� Remove and dispose of all woody vegetation from the repair sites to facilitate the repair work.� Do not remove vegetation outside of the repair areas unless it is necessary to facilitate the repairs.� The repair will consist of replacing riprap that has failed or was otherwise displaced, re-constructing the fascine and the wirebound slope revetments, and repairing vertical gabion baskets by replacing wire, filling the wire with cobbles or other suitable material, and closing the wire to contain the revetment materials. There are two Endangered Species Act protected fish species in Mill Creek.� Limit equipment in the river.� For all sites but one, only the bucket of the equipment shall enter the water. Estimated construction to repair the levees will be four to six weeks with an estimated magnitude of cost between $1,000,000 and $5,000,000.� Expected work window is September � October 2020. ****************************************** Milton Freewater Location: There are twenty-two damage sites located along the left and right levee banks of the Walla Walla River in Umatilla County, Oregon, in or near the City of Milton Freewater, OR. Damages: Significant erosion, scour, and riprap displacement occurred throughout the Milton Freewater Levee Project.� Slopes and toes are eroded away, causing the slopes to become steeper than 2H:1V.� The displaced riprap has exposed the levee shell material underneath. Repair:� Reconstruct the levee by reconstructing the portions that eroded away and replacing the armoring on the riverward side.� Additionally, four-hundred feet of levee needs to be raised 3 feet (with riverside riprap armor added) to complete a rehabilitation project from earlier this year.� Remove and dispose of all woody vegetation from the repair sites to facilitate the repair work.� Do not remove vegetation outside of the repair areas unless it is necessary to facilitate the repairs.� The repair should begin at the most upstream scour area and end at the furthest downstream area, which is approximately 1,550 feet on the right bank and 1,780 feet on the left bank of the river. A borrow site will be available for fill material.� Contractor will excavate borrow material from the site and transport to the job site.� The excavation of borrow material may involve clearing and grubbing.� There are two Endangered Species Act protected fish species in the Walla Walla River.�� Do not drive equipment in the river.� Only the bucket of the equipment should enter the water. Estimated construction to repair the levees will be four to six weeks with an estimated magnitude of cost between $1,000,000 and $5,000,000.� Expected work window is September � October 2020. 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 for Government acceptance.� In addition, the Contractor will be required to 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 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. This contract will require the Contractor to operate Government furnished bridge crane or furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. 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.����� 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/39329a0932c34fdfb3cb7f12df631de7/view)
- Place of Performance
- Address: WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN05708801-F 20200702/200630230149 (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 |