MODIFICATION
Z -- Design Build – Lake Cushman Bridge Approach and Scour Repair - Solicitation 1
- Notice Date
- 5/13/2011
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Olympic NF, 1835 Black Lake Blvd. SW, Suite A, Olympia, Washington, 98512-5623
- ZIP Code
- 98512-5623
- Solicitation Number
- AG-05G2-S-11-0021
- Archive Date
- 10/15/2011
- Point of Contact
- Miley A. Sutherland, Phone: 3609562471, Linda Roxanne Hershey, Phone: 3609562438
- E-Mail Address
-
msutherland@fs.fed.us, lindarhershey@fs.fed.us
(msutherland@fs.fed.us, lindarhershey@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- J-9 Performance Bond J-9 Payment Bond J-8 Bid Bond J-7 Cushman Bridge Project Aquatic Provisions J-6 MOU Jan 2005 J-6 MOU Addendum J-5 Fire Plan J-4 Wage Determination 5d - Results of 1981 Drilling Operations near Lake Cushman Bridge 5c - Site Survey (pdf) 5c - Lake Cushman - Site Survey 5a - Lake Cushman - Proposed Piling Layout 05122011 4 - Lake Cushman Existing Concrete Bridge Plans 3 - Lake Cushman Modular Steel Bridge Plans Lake Cushman Repair - Government Concept Layout Map of Project Location Solicitation Sections K - M Solicitation Section J Solicitation Sections A - I SF-1442 The U.S. Department of Agriculture, Forest Service, Olympic National Forest intends to acquire by contract the repair of the Lake Cushman bridge approach on Forest Service Road (FSR) No. 2451 and installation of scour protection. The Olympic National Forest will issue a design-build construction Request for Proposals (RFP). Offerors will be evaluated on experience: designing and building retaining walls (H-Pile, Sheet Pile and/or mechanically stabilized); designing and building scour protection retaining walls; and working in and near sensitive aquatic habitat for dewatering and construction. Scour protection design shall consider the seasonal changing reservoir water elevations and associated changing river velocities. Design of the repair shall be completed by a Professional Engineer, with related experience and license in the State of Washington. The project is located at the Lake Cushman Reservoir west of Hoodsport, Washington. The Lake Cushman Bridge crosses the upper portion of the reservoir between rock and earth approach fills. Contractor shall remove a 50-foot temporary vehicular bridge spanning the failed approach fill and the permanent bridge. Approximately a dozen private cabins are within a ¼ mile after crossing the temporary bridge. Contractor shall maintain pedestrian access by means of a temporary footbridge, or stairs with a handrail, during construction and maintain road closure signs, barriers, and an information sign posting any pedestrian delays. Work on the project site will be permitted between August 15, 2011, and October 15, 2011. Work between August 15, 2011 and Sept. 10, 2011, will be limited since the reservoir water elevations will be higher and dewatering more difficult. The majority of the in-stream work will be performed between Sept. 10, 2011, and October 7, 2011, when the reservoir is at its planned lowest water elevation and when dewatering will be least difficult. Pile driving in the wetted perimeter of the reservoir shall be completed by Sept. 30, 2011. Work in the wetted perimeter of the reservoir after Sept 30, 2011, shall be part of the scheduled dewatering plan, meeting listed contract requirements, with all in-water work completing by October 7, 2011. The Forest Service intends to release the solicitation on, or about, MAY 23, 2011. Offerors shall submit Phase 1 information including design-build team members experience on similar projects and references by May 27, 2011. Up to 3 contractors will be selected for Phase II. Selected contractors will submit a Phase II proposal including: proposed performance schedule; proposed conceptual design; and price by June 24, 2011. Award is expected by June 30, 2011. The successful offeror will complete a final design including any shop drawings by July 30, 2011, and complete construction within the timelines above. Technical Contacts: Shannon Henriquez 360-956-2264; and Kathy Van Hecke 503-808-2829 Estimated Price Range: $500,000 to $750,000 The government will proceed to issue a Request for Proposals (RFP) solicitation. 100 percent set-aside for small business concerns. A bid guarantee, performance bond and payment bond are required. Davis-Bacon wage rates apply to any resulting contract. The proposed contract-type is firm-fixed price. All responsible sources may submit an offer which will be considered by the government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423, or via the Internet at http://www.ccr.gov//. For additional information contact Miley Sutherland, Contracting Officer at 360-956-2471.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G2/AG-05G2-S-11-0021/listing.html)
- Place of Performance
- Address: Olympic National Forest, 1835 Black Lake Blvd., Suite A, Olympia, Washington, 98512, United States
- Zip Code: 98512
- Zip Code: 98512
- Record
- SN02447121-W 20110515/110513234051-650957ca89c15af76a3916fa825a46ae (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 |