Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

Z -- Little Goose Navlock Waterstop Repairs

Notice Date
12/13/2017
 
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-18-R-SS08
 
Archive Date
1/13/2018
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Little Goose Waterstop and Crack Leakage Repairs. The construction will occur at the Little Goose Lock and Dam in Columbia County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $100,000 and $250,000. Performance and Payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36,500,000. Background: Little Goose Lock & Dam is located on the lower Snake River near Starbuck, WA. The navigation lock provides critical river transportation and shipping capability along the Snake River. Maintenance and rehabilitation of navigation lock infrastructure is critical to maintain reliable river transportation and shipping along the lower Snake River. Summary of Work: This project will repair failed waterstops within the concrete structure that have been leaking for many years. Waterstops specifically to be repaired are located at the monolith 30/32 joint and/or the monolith 2/4 joint. Repairs of a similar nature have previously occurred at both locations. The proposed repair work will involve drilling out the existing waterstop material, cleaning the holes, tremie grouting any voids within the joint, and installing hydrophilic urethane cylinders in the hole. The cylinders will form a new waterstop. Drill holes will be 6-inches in diameter and hole depths are in the 100-200 foot range. This sources-sought announcement is a tool to identify small businesses with the interest in and capability as well as technical experience 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 capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, 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. Include a description of any previous projects that are similar or the same as the work detailed below. Please indicate any parts of the work described in the Summary of Work below that will be performed by a subcontractor. Indicate who the subcontractor is and their experience as well. B.) A list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. C.) Provide a statement of your firm's business size (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.) Cage Code and DUNS number. Submit this information to cynthia.h.jacobsen@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Time on December 29, 2017. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). On-site work is estimated to be performed in June and July of 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18-R-SS08/listing.html)
 
Place of Performance
Address: Little Goose Lock and Dam, 1001 Little Goose Dam Rd., Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN04765513-W 20171215/171213231052-27122dcf0949d059517a2459c1bf8cba (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  © 1994-2020, Loren Data Corp.