SOLICITATION NOTICE
Z -- Jackson Levee Culvert Repair and Replacement
- Notice Date
- 5/1/2024 11:01:52 AM
- Notice Type
- Presolicitation
- 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
- W912EF24B0010
- Response Due
- 6/1/2024 2:00:00 PM
- Archive Date
- 06/01/2024
- Point of Contact
- Melita S. Doyle, Phone: 5095277207, Jani C Long, Phone: 5095277209, Fax: 5095277802
- E-Mail Address
-
melita.s.doyle@usace.army.mil, jani.c.long@usace.army.mil
(melita.s.doyle@usace.army.mil, jani.c.long@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Walla Walla District intends to issue a construction solicitation for a project titled Jackson Levee Culvert Repair and Replacement Contract. The work will take place in Teton County, Wyoming. The period of performance is 4 months. This project is to remove and replace unserviceable or damaged culverts within the different levees of the Jackson Project Levees. Culverts to be removed are composed of corrugated metal pipe (CMP). Culverts to be installed in place of the deficient culverts will consist of High-Density Polyethylene (HDPE) pipe or CMP. At two locations, the contractor will be required to install new concrete headwalls, either prefabricated or cast-in-place. At other locations, the contractor will use the existing headwall by grouting the new pipe into the existing headwall. The project levees are in Teton County, Wyoming, near the town of Jackson. The project consists of 28 levees (33 miles total), 48 levee access roads, and 5 riprap stockpile sites. The work will include: -Excavate, remove, and dispose of existing CMP culverts. -Load and transport government furnished riprap to worksites from Project Stockpiles. Rock weighs up to 3000 pounds. -Install new HDPE or CMP culverts at a specified invert elevation. Compact graded fill around the new culvert to ensure integrity of the culvert for the passage of water. -Place levee fill material in lifts to return the levee to original grades and dimensions. Compact levee fill to specification standards with compaction equipment. -Install prefabricated concrete headwall(s) approved by the Government as required to ensure the culvert invert elevation meets contract requirements. Alternatively, the contractor may construct cast-in-place headwalls per contract design. -Unwater construction sites as necessary to ensure compliance with clean water standards and ability to achieve design compaction requirements. -Grout headwalls as needed at culvert penetrations to ensure levee integrity during high river flow conditions. At locations where culverts are to be permanently removed, seal holes in headwalls left by the removed culvert with concrete supported by structural steel. -Remove, repair as needed, and reinstall liftgates attached to concrete headwalls. These liftgates are used to control flow through the culvert(s). Some of the work will be performed in the water by excavators. In these locations where the river is immediately adjacent to the levee, only the bucket of the excavator will enter the water. Waters of this region of the Snake River routinely exceed 10 feet/second in velocity. This project must be completed by 15 November 2024, due to the onset of winter and hence the necessity for the contractor to shut down. The solicitation will be issued as an Invitation for Bids (IFB) and result in a single firm fixed-price construction contract. This procurement is a total small business set-aside. A small business subcontracting plan is not required. 100% performance and payment bonds will be required for this project. The NAICS code for this procurement is 237990 Other Heavy and Civil Engineering Construction. The small business size standard is $45 million. The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The solicitation will be made available for download on the SAM.gov Contract Opportunities website in May 2024. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation. Contract award is anticipated in June 2024, with an expected period of performance from Notice to Proceed (July) through 15 November 2024. System for Award Management (SAM): Offerors must register at the SAM website at https://sam.gov/content/home prior to receiving an award. Point of contact for this procurement is Melita Doyle, Contract Specialist at 509.527.7207 or melita.s.doyle@usace.army.mil. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. 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. 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 3-years of 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 formal safety training each year for the past 5-years. Use the Government-furnished Resident Management System (RMS) - Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction submittals, shop drawings, product data, design data, test reports, certificates, and contract close-out documentation as required by the technical specifications of the contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/924493a205d54025a7e4fa2a9686f769/view)
- Place of Performance
- Address: Jackson, WY 83001, USA
- Zip Code: 83001
- Country: USA
- Zip Code: 83001
- Record
- SN07048420-F 20240503/240501230038 (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 |