Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
SOLICITATION NOTICE

C -- HABITAT RESTORATION WORK ON LAKE MERIDIAN OUTLET, PHASE 2 AND 3, AND SITE 1 AS WELL AS OTHER DUWAMISH/GREEN RESTORATION PROJECTS.

Notice Date
6/5/2008
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-08-B-0006
 
Response Due
7/21/2008
 
Archive Date
9/19/2008
 
Point of Contact
Benjamin Davis, 206-764-6693
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This contract provides approximately 2400 feet of new sections of Cow Creek (Lake Meridian Outlet) channel and floodplain with associated fish/wildlife passage and habitat improvements. The base bid work, identified as Phase 2, will include a new (realigned) channel in Gary Grant Soos Creek Park to a new confluence with Big Soos Creek 0.35 miles north (upstream from) Kent-Kangley Road. It also includes a proposed split flow diversion between the existing and new channel alignments just east of the City of Kent 152nd Avenue Right-of-Way/Puget Sound Energy power line easement, and includes three box culverts across the new stream section. An optional portion of this contract, Phase 3, will include associated downstream wetland restoration improvements (approximately 3.0 acres) along the existing channel that extends 0.55 miles downstream to its crossing of 152nd Avenue SE. Restored and new channel construction/restoration and wetland restoration will consist of, but not be limited to, the following contractor work items: Excavation of native soils for new channel and wetland restoration construction; placing geosynthetic clay and soil-bentonite liner materials (for stream and wetland restoration construction, respectively) and streambed gravels, gravel/cobble and cobble boulder mix and large woody debris (LWD) along the streambed, and topsoil along stream bank sections; Placement of topsoil/compost mix over the liner in the wetland restoration sections and installation of a new flow control outlet structure; Construction of three trail and/or utility access crossings of the new Cow Creek channel section within Soos Creek Park using three-sided pre-cast concrete arch culverts with headwalls/wingwalls and associated handrails; Restoration of trail sections disturbed or created by construction with crushed rock surfacing; Permanent re-vegetation of channel and wetland sections and riparian buffer areas either disturbed by construction or enhanced by exotic species control with native plant species. Project is open to Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 237990 with a size standard of $31 million. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $31 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The solicitation due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet. Register to receive notification of solicitation/amendment posting at 6https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-08-B-0006/listing.html Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 ) The solicitation will be issued in electronic format on the Army Single Face to Industry (ASFI) web site at https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W912DW08B0006 The solicitation will be available for download on or about 20 June 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10a945a3102b20da5def85d11a7fe3b0&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN01587331-W 20080607/080605215649-10a945a3102b20da5def85d11a7fe3b0 (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.