SOLICITATION NOTICE
Z -- Mill Creek Diversion Dam Forebay Clean Out
- Notice Date
- 4/13/2018
- 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
- W912EF18B0016
- 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: Mill Creek Diversion Dam Forebay Clean Out. The construction will occur at the Mill Creek Project in Walla Walla, WA. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $100,000 and $250,000. 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: This job consists of removal of vegetation, debris, and sediment from within the dam forebay for maintenance purposes. Removal will occur in two adjacent areas and will include installation of a temporary road and bridge to allow for excavation equipment access to the areas. One area is approximately 500 feet in length and is approximately 50 feet each side of an existing crib and cable debris barrier. Thirty (50) feet each side of the barrier would be excavated down to elevation 1256 feet, the outward edge of the excavation area is to be on a 1 foot vertical to 10 foot horizontal cut slope, and required to daylight to existing ground. The second area is approximately 250 feet in length, a strip approximately 20 feet in width, which runs parallel with the upstream face of the diversion dam. The excavation would begin at approximate elevation 1252 nearest the dam face to 20 feet upstream. The upstream edge of excavation area is to be on a 1 foot vertical to 3 foot horizontal cut slope, and required to daylight to existing ground elevation. An estimated 1,000 - 3,000 cubic yards of sediment would be removed. The temporary road is approximated to be 50 feet long, 12 feet wide, and with a 4 inch surface layer of gravel. A temporary bridge structure is required for access over the existing channel in order to reach both ends of the barrier structure. This is a meandering creek channel and varies in width and location due to annual flows. The DCF cables need inspected, replace parts as necessary and tightened to the as-built condition. In addition, this work requires a fish retention net to be installed upstream of the project work site and fish removed from the project site prior to sediment removal. Pre, during, and post construction turbidity monitoring will be required. All in-water work activities will be required to occur between July 15 and August 15, 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. The contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the contractor's operations. The CQC System Manager must possess a minimum of five years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last five 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-0016 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/W912EF18B0016/listing.html)
- Place of Performance
- Address: Mill Creek, Walla Walla, Washington, 99362, United States
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN04888754-W 20180415/180413230625-291125f909fa4d1aa61d63b78f6dfb2e (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 |