SOLICITATION NOTICE
Z -- Carmen Levee Rehabilitation
- 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
- W912EF18B0021
- 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: Carmen Levee Rehabilitation. The construction will occur on the Salmon River Carmen Levee near Salmon, Idaho. Construction magnitude is estimated to be between $250,000 and $500,000. 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: The site consists of one location on the levee approximately three miles to the north of the City of Salmon, Idaho. The southern end of the site is located to the immediate north of the Highway 93 Bridge near the entrance to the county fairgrounds. The levee extends to the north past several residences on the east side of the Salmon River. The repair should begin at the most upstream scour area and end at the furthest downstream area, which is approximately 700 feet on the right bank of the river. There are several areas where the riprap is in good condition and can be reused. 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. The levee is accessible at several points by local and residential roads. 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 414 cubic yards and riprap placement 1,892 cubic yards. Riprap will be hauled from a local pit, approximately 15-20 miles away, by the contractor. River depth varies throughout this reach. Some sites could be 10 to 15 feet deep at the toe of riprap placement. The estimated period of performance is July 2018 - August 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-0021 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/W912EF18B0021/listing.html)
- Place of Performance
- Address: Salmon River Carmen Levee, Salmon, Idaho, United States
- Record
- SN04888996-W 20180415/180413230719-c19ec6ca20ddb47a60f711ff7d8ca61f (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 |