Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2026 SAM #8809
SOURCES SOUGHT

99 -- LGA Visual Monitoring and Security Updates

Notice Date
1/6/2026 5:15:30 AM
 
Notice Type
Sources Sought
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF26RSS06
 
Response Due
1/19/2026 3:00:00 PM
 
Archive Date
02/03/2026
 
Point of Contact
Richard W. Bonnell, Cynthia Jacobsen, Phone: 5095277214
 
E-Mail Address
richard.w.bonnell@usace.army.mil, cynthia.h.jacobsen@usace.army.mil
(richard.w.bonnell@usace.army.mil, cynthia.h.jacobsen@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled Little Goose Visual Monitoring Project Security Upgrades The work is located near Starbuck, Washington at the Little Goose Lock and Dam, Juvenile Fish Facility. This will be a firm-fixed price construction contract. Construction magnitude is estimated to be between $100,000 and $250,000. The period of performance is 4 months. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $45,000,000.00. This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please provide the following: A capability statement expressing interest in this requirement, describing your company and its� capability to complete a project of this magnitude and complexity. 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. A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value, and a point of contact name, phone number and email address for the contracting organization. A statement of your firm's business size and type (HUBZone, Service-Disabled Veteran Owned, 8(a), small business). A statement of your firm's bonding capacity Submit this information to Richard Bonnell, Contract Specialist, via email at richard.w.bonnell@usace.army.mil. Your response to this notice must be received, via email, on or before 3:00PM local time on 19 January 2025. This project will add new security barriers (fence, gate,) for additional personnel safety and project security. The contractor selected to perform this work will be required to perform work to include: Concrete saw cutting for electrical underground trench. Sidewalk concrete demolition and new sidewalk concrete Miscellaneous concrete footings Installation of Misc Bollards Select fence demolition Asphalt Repair Remove existing vehicular swing gate and install motor-operated cantilevered gate Install fence and pedestrian gate around base of existing exterior staircase. Install, rigid metallic conduit and undergroundSCH40 PVC conduit, as shown in the plans 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. Contracting Office Address: USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362- 1876 Place of Performance: Little Goose Lock and Dam, Dayton, Washington (near Starbuck Washington)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/839ede5e109644e2bfc34ed7a10fab4c/view)
 
Place of Performance
Address: Lacrosse, WA, USA
Country: USA
 
Record
SN07679071-F 20260108/260106230037 (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.