Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
SOURCES SOUGHT

Z -- Jackson Hole Culvert Modifications

Notice Date
1/5/2012
 
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-12-R-SS09
 
Archive Date
1/26/2012
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled Jackson Hole Culvert Modifications. The work is located in Teton County, Wyoming. The resulting contract will be a fixed price purchase order. The contract performance period for physical completion of the work will be approximately 15 August 2012 to 23 November 2012. Construction magnitude is estimated to be between $100,000 and $250,000. Payment bonds or alternative payment protections will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $33,500,000.00 or less in average annual receipts. The purpose of this project is to modify or eliminate 8 return flow and former irrigation culverts of the Jackson Project. Five of the 8 culverts will be bid as optional items which will be exercised at time of contract award if sufficient funds become available. The 8 culverts to be addressed have specific and differing issues. Five culverts are to be eliminated, two are to be raised, and one is to be replaced. The contractor selected to perform this work will be required to excavate soils at the culvert location, and perform the required modifications to include: -For culverts to be removed: eliminating the culvert and backfilling the site to an appropriate compaction standard. Install the levee's protective riprap to specifications. -For culverts to be raised: remove the culvert, replace it with a high density polyethylene (HDPE) culvert at a different elevation with concrete headwalls. Install the levee's protective riprap to specifications. -For the culvert to be replaced: remove the existing culvert. Replace the existing culvert with a HDPE culvert, with a concrete headwall on the River side, and a beaver deterrent on the land side. Install the levee's protective riprap to specifications. Some of the work will be performed in the water by excavators. In these locations where the River is immediately adjacent to the levee, only the bucket of the excavator will enter the water. A coffer dam with a pump for eliminating standing water in the work area will be required at several sites. For this project, due to the in-water work at several locations, a Turbidity Waiver is required to cover the work. The requirements of this waiver will be included in the contract specifications, and monitored by the COR. This requirement, and the required Storm Water Pollution Prevention Plan will be submitted to Wyoming DEQ by the Corps; the contractor will be required to abide by this plan. This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement for small business concerns. Please provide the following: 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. 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. 2) A statement or list of your firm's current or past experience (what your firm did) and past performance (how well your firm did it) on projects similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. Include a point of contact name, phone number and email address. 3) A statement of your firm's bonding capacity. 4) A statement of your firm's business size and type (Small business, HUBZone small business, Service Disabled Veteran Owned small business, Veteran-Owned small business, Woman-Owned small business). Contractor will be required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. Please send your response to Phyllis Buerstatte, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to Phyllis.L.Buerstatte@usace.army.mil Your response to this notice must be received on or before close of business on January 19, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS09/listing.html)
 
Record
SN02649374-W 20120107/120105234652-58e2776cffefbf0551c4c238f0ab31f5 (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.