Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

Z -- Mill Creek Diversion Dam Forebay Clean Out

Notice Date
2/12/2018
 
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-SS15
 
Point of Contact
Julie Morris, Phone: 5095277227, Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
Julie.M.Morris@usace.army.mil, cynthia.h.jacobsen@usace.army.mil
(Julie.M.Morris@usace.army.mil, cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Mill Creek Diversion Dam Forebay Clean Out Sources Sought Notice: W912EF-18-R-SS15 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: MCL Diversion Dam Forebay Clean Out. The construction will occur at the Mill Creek Project in Walla Walla, WA. 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 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify interested businesses with the technical experience and capability to accomplish this 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.) Provide a capability statement expressing interest in this requirement, a list of no more than five current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary of Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm’s role in the project, 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. 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 Julie.M.Morris@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Time on February 23, 2018. Summary of Scope of Work: This job consists of removal of vegetation, debris, and sediment from within the dam forebay for maintenance purposes. Removal will occur in two adjacent areas and will include installation of a temporary road and bridge to allow for excavation equipment access to the areas. One area is approximately 500 feet in length and is approximately 50 feet each side of an existing crib and cable debris barrier. Thirty (50) feet each side of the barrier would be excavated down to elevation 1256 feet, the outward edge of the excavation area is to be on a 1 foot vertical to 10 foot horizontal cut slope, and required to daylight to existing ground. The second area is approximately 250 feet in length, a strip approximately 20 feet in width, which runs parallel with the upstream face of the diversion dam. The excavation would begin at approximate elevation 1252 nearest the dam face to 20 feet upstream. The upstream edge of excavation area is to be on a 1 foot vertical to 3 foot horizontal cut slope, and required to daylight to existing ground elevation. An estimated 1,000 - 3,000 cubic yards of sediment would be removed. The temporary road is approximated to be 50 feet long, 12 feet wide, and with a 4 inch surface layer of gravel. A temporary bridge structure is required for access over the existing channel in order to reach both ends of the barrier structure. This is a meandering creek channel and varies in width and location due to annual flows. The DCF cables need inspected, replace parts as necessary and tightened to the as-built condition. In addition, this work requires a fish retention net to be installed upstream of the project work site and fish removed from the project site prior to sediment removal. Pre, during, and post construction turbidity monitoring will be required. All in-water work activities will be required to occur between July 15 and August 15, 2018. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, 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 is 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 8 hours of safety training from accredited safety training sources each year for the past 5 years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18-R-SS15/listing.html)
 
Place of Performance
Address: Mill Creek Project, Walla Walla, Washington, 99362, United States
Zip Code: 99362
 
Record
SN04819809-W 20180214/180212231334-4e14dd93fb6d3ae3ec98b15054ba9a6f (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.