Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOURCES SOUGHT

Z -- Morgan Levee Turnaround Construction

Notice Date
4/23/2018
 
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-SS30
 
Point of Contact
Julie Morris, Phone: 5095277227
 
E-Mail Address
Julie.M.Morris@usace.army.mil
(Julie.M.Morris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Morgan Levee Turnaround Construction Sources Sought Notice: W912EF-18-R-SS30 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Morgan Levee Turnaround Construction. The construction will occur on the Morgan Levee near Jackson, Wyoming. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $100,000 and $250,000. 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 1:00 PM Pacific Time on May 7, 2018. Summary of Scope of Work: The purpose of this contract is to construct a series of not more than 6 truck turnarounds on the Morgan, Federal Extension, Imeson #1, and Imeson #2 Levees, located in the vicinity of Sections 26 and 35 of Township 41N, Range 117W and sections 10, 13, and 14 of Township 40N, Range 117W, approximately 8 miles southwest of the town of Jackson, WY. These turnarounds will facilitate emergency flood fight operations, and future levee rehabilitation work. The turnarounds will be constructed on the land side of the levees using graded fill material supplied by the contractor. The contractor will be required to compact the fill material, and grade turnaround slopes to contract standards. Removal of trees and other vegetation will be required at some sites, and grubbing of roots and organic matter will be required to ensure adequate compaction of fill material. Removed trees and grubbed material will be the responsibility of the contractor for disposal. Because some placement of fill material will impact wetland areas, a mitigation site will be required at an area to be defined in the contract specifications. The contractor will furnish equipment to transport the required fill material to the sites of work. The contractor's equipment must be in good working condition, with no leaks, as the work area is adjacent to the class 2 waters of the Snake River. Contract work is anticipated to begin approximately 1 October 2018, and must be completed by 15 November 2018 to avoid the onset of winter. 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 an Activity Hazard Analyses, for each phase of work that complies 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 3-years of experience in construction safety on similar projects, and shall have completed the 30-Hour OSHA Construction Safety training 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18-R-SS30/listing.html)
 
Place of Performance
Address: Jackon, Wyoming, United States
 
Record
SN04898308-W 20180425/180423230822-d91e3c2d2547d6908e05349957d6279a (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.