SOLICITATION NOTICE
Z -- Heise-Roberts Levee Rehabilitation
- Notice Date
- 3/21/2018
- Notice Type
- Presolicitation
- 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
- W912EF18B0017
- 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
- Woman Owned Small Business
- Description
- Construction project entitled: Heise-Roberts Levee Rehabilitation. The work is located near Rigby, Idaho. This will be a firm-fixed-price construction contract. 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36,500,000. Solicitation is open to women-owned small business concerns. Summary of Scope of Work: There are eight discrete locations along several miles of the Upper Snake River. Five locations totaling 2,995 feet are found on the left-bank between River Mile 815.4 to 851.0, Jefferson County, Idaho. Three locations totaling 700 feet are found on the right-bank between River Mile 833.0 to 843.3, Madison County, Idaho. Where the river impinges the levees, high velocity flows from the 2017 run-off caused significant erosion and riprap displacement. Construction requires restoring the levee to the as-was condition by re-constructing portions of the levee that eroded away and replacing the armoring on the riverward side. All eight sites have incurred similar damages. Riprap on slopes and toes eroded away during spring 2017 high flows. This has caused the slopes to become steeper than 2H:1V, which are unstable for riprap. Some riprap remains, but does not constitute a competent revetment surface. This displaced riprap has exposed the levee shell material underneath which needs to be protected with quarry spalls before riprap placement. The contractor will cover fill material and exposed levee fill with one foot of quarry spalls and then riprap (2-4' diameter). The volume of quarry spalls and fill is 13,482 cubic yards and riprap placement 8,738 cubic yards. Riprap will be hauled from a local pit by the contractor to the sites that vary from 4 miles to 14 miles one way. River depth varies significantly throughout this reach. Some sites could be 12 to 20 feet deep at the toe of riprap placement. 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). 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 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 shall be 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 24-hours of formal safety training each year for the past 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. The project will involve the development and management of contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings and Operations & Maintenance manuals to the customer. Solicitation Number W912EF-18-B-0017 will be posted to the FBO.gov in approximately 2-3 weeks. The solicitation is an Invitation for Bid. Bids will be due no sooner than 30 calendar days after actual solicitation issuance date. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual proposal closing date. The bid closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately two weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Julie.M.Morris@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18B0017/listing.html)
- Place of Performance
- Address: Rigby, Idaho, United States
- Record
- SN04862533-W 20180323/180321231400-d7c8054012647d658a15de38b01e7244 (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 |