SOURCES SOUGHT
Y -- Starbuck and Star Bridge Levee Rehab
- Notice Date
- 7/24/2020 4:19:53 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20RSS43
- Response Due
- 7/31/2020 3:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Karlyn K. Holland, Phone: 5095277206
- E-Mail Address
-
Karlyn.K.Holland@usace.army.mil
(Karlyn.K.Holland@usace.army.mil)
- Description
- Starbuck and Star Bridge Levee Repair Sources Sought Notice: W912EF20RSS43 The US Army Corps of Engineers, Walla Walla District is seeking sources for two separate construction projects entitled: Starbuck and Star Bridge Levee Rehabilitation. There will be two separate solicitations for firm-fixed-priced Construction contracts for these projects. Please indicate experience and interest for each project separately. The North American Industry Classification System (NAICS) code for these projects is 237990 and the associated small business size standard is $39,500,000.00. Performance and payment bonds will be required. Awards are 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 this requirement.� 1. 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. 2. A reference list for each of the projects submitted in A) above.� Include the name, title, phone number and email address for each reference. 3. 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.� � 4. Provide a statement that your firm intends to submit an offer on the project when it is advertised. � 5. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. 6. Cage Code and DUNS number. � Submit this information to Karlyn Holland, Contract Specialist, via email to Karlyn.K.Holland@usace.army.mil. Your response to this notice must be received on or before 31 July 2020. Summary of Scopes of Work for Two Separate Projects: STARBUCK Location: There are two damage sites located along the right levee banks of the Tucannon River in Columbia County, Washington, upstream of the Kellogg Hollow Road Bridge.� Damages: Flood flows significantly damaged two sites upstream of the Kellogg Hollow Road Bridge, summing to a length of 150 linear feet. Both sites have suffered significant toe scour and erosion of the upper slope, resulting in an over-steepened slope. Riprap has failed, leaving the slope exposed. Repair:� Re-construct damaged portions of the levee by reestablishing riverside slopes where erosion or riprap revetment displacement has taken place. Grading slopes at a 1.5H: 1V or 2H: 1V (as applicable) with suitable fill material, placing riprap revetment along the riverside slopes, and installing a toe to support the slopes and riprap revetment.� There are three Endangered Species Act (ESA) protected fish species in the Tucannon River near Starbuck, Washington. 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 two weeks with an estimated magnitude of cost between $250,000 and $500,000.� Expected work window is mid to late September 2020. ****************************************** STAR BRIDGE Location: There are two damage sites located along the left banks of the Touchet River in Columbia County, Washington, upstream of the City of Dayton, WA.� Damages: The two areas damaged during the flood event total roughly 185 linear feet in length. The damage observed in both areas is attributable to scour and erosion of the toe. This has left the riprap revetments vulnerable to being undermined by additional scour and erosion which will cause the riprap to tumble during high flows, potentially causing a failure of the revetment. Repair: Re-construct damaged portions of the levee by reestablishing riverside slopes where erosion or riprap revetment displacement has taken place. The damaged section would be repaired with riprap and quarry spalls. The existing slope would be graded to 2H:1V where necessary and the toe bedded with quarry spalls before the placement of riprap. There are two Endangered Species Act protected fish species in the Touchet River near Dayton, WA.�� 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 two weeks with an estimated magnitude of cost between $250,000 and $500,000. Expected work window is mid to late September 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. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/87afce35b20e49d0b1fd2f26e8afb52d/view)
- Place of Performance
- Address: Walla Walla, OR 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN05733622-F 20200726/200724230149 (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 |