Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOURCES SOUGHT

Z -- Tukwila Levee Repair, Tukwila WA

Notice Date
3/24/2025 2:53:09 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
W912EF25RSS15
 
Response Due
4/21/2025 10:00:00 AM
 
Archive Date
05/06/2025
 
Point of Contact
Chandra D. Crow, Phone: 5095277202, Nathan Bruce, Phone: 5095277224
 
E-Mail Address
chandra.d.crow@usace.army.mil, nathan.i.bruce@usace.army.mil
(chandra.d.crow@usace.army.mil, nathan.i.bruce@usace.army.mil)
 
Description
Updated to correct title on the announcement. The US Army Corps of Engineers (USACE), Walla Walla District is seeking interested business sources for a levee rehabilitation construction project entitled: Tukwila Levee Repair. This levee segment is part of a larger levee system on the Tukwila River located near the City of Tukwila in King County, Washington, and can be seen in the National Levee Database website (https://levees.sec.usace.army.mil/#/levees/system/5505000020/segments, https://levees.sec.usace.army.mil/#/levees/system/5505000330/summary). This will be a firm-fixed-price construction contract. The magnitude of construction for this project is between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction. The associated small business size is $45 million. Performance and Payment Bonds will be required. This Sources Sought Notice 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. Responses to this Sources Sought Notice should include the following information: 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. If any of the experience is that of a subcontractor, please specify that information in your response. 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 (Large, HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. 4. Provide the percentage of work you (as the prime) intend to perform. If you intend to subcontract a major portion of the work (defined as at least 20% of the work), please include this information in your response. 5. Provide a statement that your firm intends to submit a bid on the project when it is advertised. 6. Provide a statement of your firm�s bonding capacity. A statement from your surety is not required. 7. CAGE Code and SAM.GOV Unique Entity ID. Submit this information to Chandra Crow, Contract Specialist, via email to chandra.d.crow@usace.army.mil and Nathan Bruce, Contract Specialist nathan.i.bruce@usace.army.mil. Your response to this notice must be received on or before 10:00 a.m. (PST) on 21 April 2025. Summary of Scope of Work: Between Stations 27+00 and 31+00, roughly 600 linear feet, experienced slope failure and scouring during three separate high water events in 2015 and 2020. This activity has lead to the oversteepening of the bank in that area. The work planned in this area would include the removal of all vegetation, primarily blackberry bushes, shrubs, and small trees in this area. Larger trees were removed during a previous contract to avoid the potential for nesting birds during the construction window. Once the area is cleared of vegetation, the existing slope will be excavated from the toe of the levee to the toe of the slope to create a consistent slope for riprap placement. The 600-foot-long eroded slope will be repaired using well-keyed and appropriately-sized riprap on a 1.5:1 slope so that neither the levee toe or the existing river channel is encroached upon. Willow bundles will be planted above the ordinary high-water line. In-water work must be completed from July 15-August 31, although the remainder of the work may continue until the end of September. All on-site work shall be performed in accordance with the USACE Safety and Health Requirements Manual (EM 385-1-1). USACE expects to award a single contract in June 2025 with an expected period of performance of 01 July 2025 through 30 September 2025. An in water work window for this site starts at 6:00 a.m. on July 15, 2025 and ends 11:59 p.m. on August 31, 2025. Any work performed below the ordinary high water mark (OHWM) can only be performed during this window. All remaining work that wasn�t required to be completed by the end of the In-Water Work Window not later than 11:59 PM on September 30, 2025. Please be aware that the timeline will be short (5 days from contract award versus the normal 10 days) to provide the Bonds to the Government. 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 an Activity Hazard Analyses, for each phase of work that complies 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 3-years of experience in construction safety on similar projects, and shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years. A Certified Erosion and Sediment Control Lead employed by the prime contractor will choose and install erosion control materials for specific site conditions, as necessary 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://sam.gov/opp/86e8e3b3dbaf4668832bbe3a22b6a84b/view)
 
Place of Performance
Address: Kent, WA 98032, USA
Zip Code: 98032
Country: USA
 
Record
SN07383858-F 20250326/250324230048 (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.