Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOURCES SOUGHT

Z -- Jackson Hole Vegetation & Revetment Maintenance 2011

Notice Date
3/21/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-SS24
 
Archive Date
4/4/2011
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211, Jani C Long, Phone: 509-527-7209
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Jackson Hole Vegetation and Revetment Maintenance 2011. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled Jackson Hole Vegetation and Revetment Maintenance 2011. The work is located in Teton County, Wyoming. This will be a Requirements type indefinite delivery contract, with fixed-price task orders issued for specific work. Contract period will be one base year plus Government options for up to two additional years. Construction magnitude is estimated to range between $100,000 and $500,000 for each year. 100% performance and payment bonds will be required as applicable on task order(s). The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $33,500,000.00. The scope of work is as follows: This project is to remove vegetation and rehabilitate the revetment of the Jackson Project Levees. The project is located in Teton County, Wyoming, near the town of Jackson. The project consists of 29 levees, 48 levee access roads, 5 riprap stockpile sites, and one rock quarry (rock storage site). The contractor selected to perform this work will be required to perform work to include: -Remove and dispose of vegetation sized from brush to trees in excess of 20" in diameter in a legal manner. -Load and transport government-furnished riprap to worksites from the Walton Quarry stockpile site. Rock weighs up to 3000 pounds. -Pull back existing revetment, and regrade slopes of levee to specified profile. -Mix new riprap with old material, placing rock individually on levee profile and toe to ensure rock is properly keyed. 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 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 for small business concerns. Please provide the following: 1) 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. 2) A statement or list of your firm's current or past experience (what your firm did) and past performance (how well your firm did it) on projects 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. Include a point of contact name, phone number and email address. 3) A statement of your firm's bonding capacity. 4) A statement of your firm's business size and type (Small business, HUBZone small business, Service Disabled Veteran Owned small business). 5) A list of the excavators, bulldozers, and haul trucks owned by your firm, to include model numbers, and a statement addressing whether your business would likely have to rent equipment for work of this project's scope and magnitude. Haul trucks generally should be equipped with high-lift gates or rock lips and licensed highway legal. Hydraulic excavators should have a boom length of 30 feet and be equipped with a thumb. The construction period for completion of work ordered by task orders is generally expected to be between August 15th and November 15th of each year. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. Please send your response to Phyllis Buerstatte, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to Phyllis.L.Buerstatte@usace.army.mil Your response to this notice must be received on or before close of business on March 31, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-SS24/listing.html)
 
Place of Performance
Address: Vicinity of Jackson, Wyoming, Jackson, Wyoming, United States
 
Record
SN02405077-W 20110323/110321234008-99be484b1b9ba429385e7590fe39f2ad (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.