Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2025 SAM #8704
SOURCES SOUGHT

Z -- LLA Navigation Lock Wall Concrete Repairs

Notice Date
9/23/2025 3:49:11 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
W912EF25RSS42
 
Response Due
10/3/2025 2:00:00 PM
 
Archive Date
10/18/2025
 
Point of Contact
Jani C Long, Phone: 5095277209, LeAnne R. Walling, Phone: 5095277230
 
E-Mail Address
jani.c.long@usace.army.mil, leanne.r.walling@usace.army.mil
(jani.c.long@usace.army.mil, leanne.r.walling@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for construction project entitled: LLA Navigation Lock Wall Concrete Repairs. The Construction will occur at the Lower Granite Dam and will be a firm fixed price contract. The magnitude of construction is estimated to be between $250,000 and $500,000. 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 $45,000,000. Performance and payment bonds will be required. 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. A) 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. B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C) Provide a statement of your firm�s business size (Large Business, Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide a statement of your firm�s bonding capacity. A statement from your surety is NOT required. F) UEI number and Cage Code. Submit this information to Jani Long, Contract Officer, via email to Jani.C.Long@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on October 3, 2025. Summary of Work: This project involves repair of the navigation lock parapet wall, replacement of mooring bit armor angle, and replacement of horizontal wall armor at the Lower Granite Dam Navigation Lock. The repair work required for the parapet wall involves saw cutting the damaged concrete, removal of steel armor from the parapet wall, drilling and installing wall reinforcing, intentionally roughening the existing concrete face, placing new concrete with cast-in steel armor, and re-anchoring the guard rail and gate attachment supports. The repair work required for the mooring bit guide armor involves fabrication of approximately 25 feet of welded vertical armor plate. This armor plate will utilize post installed anchorage into the existing concrete and grout backfill. The repair work required for the horizontal wall armor involves removal of existing concrete, to provide a recess for post-installed reinforcing, and a welded connection for approximately 10 feet of horizontal wall armor with a grout backfill. This work is anticipated to be done during the 2026 Navigation Lock outage. Access will be from the navigation lock deck by approved means of lowering workers and materials. Anticipated Award: December 2025 Anticipated Notice to Proceed: January 2026 Physical construction work to be completed during navigation lock outage currently scheduled for the following dates: 21 February � 28 March 2026 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. 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. Miscellaneous work within the project includes the delivery of As-Built Drawings.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0d22ec9b3467439f907987f768b96600/view)
 
Place of Performance
Address: Pomeroy, WA 99347, USA
Zip Code: 99347
Country: USA
 
Record
SN07601901-F 20250925/250923230048 (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.