SOURCES SOUGHT
Z -- Waitsburg Levee Rehabilitation
- Notice Date
- 2/22/2018
- 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-SS20
- 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
- Waitsburg Levee Rehabilitation Sources Sought Notice: W912EF-18-R-SS20 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Waitsburg Levee Rehabilitation. The construction will occur on the Waitsburg Levee in Waitsburg, WA. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $250,000 and $500,000. Performance and 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 2:00 PM Pacific Time on March 6, 2018. Summary of Scope of Work: The Waitsburg Levee system is on the left-bank of the Touchet River in Waitsburg, Washington. The rehabilitation site is at the upstream end of the levee system, where it ties into high ground. The work will require traffic control on Highway 12. It is anticipated that dump trucks will need to turn onto the levee on the downstream side of the highway, and back across both lanes of the highway to back up along the levee to the worksite, which is approximately 800 feet upstream from the Highway 12 Bridge. The needed traffic control requires permits from both the State and the City. Excavations will be needed where the levee ties to high ground. Approximately 30% of the levee cross section will be excavated in a localized area to make room for a riprap buttress fill. After excavations are complete, large riprap stone can be imported and placed to construct the buttress fill, reconstruct a new riverside levee slope at the end of the levee, and repair the slope armor along the levee extending downstream. Limited levee crown repairs will be completed to repair the expected rutting and shoving that will be caused by the construction equipment traffic. The estimated period of performance is July 2018 - September 2018. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor is required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5 years, and shall have completed at least 8 hours of safety training from accredited safety training sources each year for the past 5 years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-18-R-SS20/listing.html)
- Place of Performance
- Address: Waitsburg, Washington, United States
- Record
- SN04831927-W 20180224/180222232132-eeedf7580a5a16e7e658ec36031c1cdf (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 |