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 -- John Dodge Levee Barb 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-SS29
 
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
John Dodge Levee Barb Construction Sources Sought Notice: W912EF-18-R-SS29 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: John Dodge Levee Barb Construction. The construction will occur on the Jackson Levee in 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 construct a series of short in-water barbs adjoining the John Dodge Levee of the Jackson Hole Levee Project. The purpose of the barbs are to slow river flows impinging against the levee, which cause regular and recurring damages by removing large rock that forms the base of the levee. The government will supply all rock to be used in construction of the barbs, from a source approximately three miles away. Rock size will be primarily large stone weighing from 3000-5000 pounds, to enable the barbs to resist the strong current of the Upper Snake River, which can reach 17 feet per second at impingement locations. Contractor will furnish equipment to load and transport the rock, and a large excavator equipped with a bucket thumb to precisely place the large stone in the channel. In order to reach the farthest extent of the barbs, it will be necessary for the contractor to bench the levee, to create a pad sufficient for the excavator to safely place the stone. The contractor's equipment must be in good working condition, with no leaks, as the work area is within the class 1 waters of the Snake River. The rock stockpile site is located at the WYDOT stockpile, Section 36, Township 42 North, Range 117 West (adjacent to Hwy 390). The contractor will be required to employ an excavator to load the rock, to avoid excessive breakage of the rock. Contract work is anticipated to begin approximately 1 October 2018, when water levels in the Upper Snake are low. 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-SS29/listing.html)
 
Place of Performance
Address: Jackson, Wyoming, United States
 
Record
SN04898337-W 20180425/180423230830-9bb1f890797c31d245092b39bc6c96fd (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.