Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOLICITATION NOTICE

Y -- Little Wood River, Gooding, Idaho

Notice Date
1/8/2025 4:56:35 PM
 
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
W912EF25R0007
 
Response Due
1/24/2025 11:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Preston Jones, Phone: 5095277206, Jani C Long, Phone: 5095277209, Fax: 5095277802
 
E-Mail Address
Preston.E.Jones@usace.army.mil, jani.c.long@usace.army.mil
(Preston.E.Jones@usace.army.mil, jani.c.long@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled Little Wood River, Gooding, Idaho. The work is located in Gooding, Idaho. This will be a firm-fixed-price, design build construction contract. The magnitude of construction is between $25,000,000 and $100,000,000. 100% performance and payment bonds will be required. The government expects to award one contract in October 2024. 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 $45 Million. This solicitation is not set aside for small business, i.e. unrestricted and open to both small and large businesses The solicitation will follow the Two-Phase Design-Build Selection Procedures as outlined in FAR Subpart 36.3. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered. The solicitation is expected to be made available for download on the sam.gov Contract Opportunities website in January 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. System for Award Management (SAM): Offerors must register in the SAM at https://sam.gov/content/home prior to receiving an award. Point of contact for this procurement is Preston Jones, Contract Specialist at Preston.E.Jones@usace.army.mil 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. 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 plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Summary Scope of Work Design: A 30% conceptual design package which conveys the Government�s design intent will be provided with the Phase II Solicitation. The design package will include plans, specifications, a geotechnical exploration report, and a recent site survey. The Contractor will be responsible for continuing this design package to completion. Contractor-generated CAD drawings must be in Bentley DGN format. Construction: Proposed construction features are divided into two primary categories: (1) wall repair/replacement and (2) vehicle and pedestrian bridge replacement. The project is a lava rock wall channel; the channel dimensions are approximately 24 feet wide, 8 feet deep, and 0.9 miles long. Wall repair/replacement work may include: mortar repointing, concrete walls, concrete blocks, geotextiles, drainage culverts, irrigation systems, fencing, waterstop installation, road reconstruction, pavements, and pavement striping. Bridge replacement work may include: demolition of roadway culverts, demolition of pedestrian bridges, traffic control, installation of new roadway bridges, installation of new pedestrian bridges, and road reconstruction. The bridges will include reinforced concrete decks, railings, abutments, and wingwalls.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96994582c93f475286091a3a04c556ee/view)
 
Place of Performance
Address: Gooding, ID 83330, USA
Zip Code: 83330
Country: USA
 
Record
SN07308146-F 20250110/250108230109 (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.