SOURCES SOUGHT
Y -- Navigation Channel Maintenance Dredging
- Notice Date
- 4/29/2022 4:14:28 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF22RSS23
- Response Due
- 5/23/2022 3:00:00 PM
- Point of Contact
- David Boone, Phone: 5095277227
- E-Mail Address
-
david.c.boone@usace.army.mil
(david.c.boone@usace.army.mil)
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking interested business sources for a construction project entitled: Navigation Channel Maintenance.� The dredging work is located in the Lower Granite Dam pool at the confluence of the Snake and Clearwater Rivers near Lewiston, Idaho and Clarkston, Washington. �To a lesser extent, additional dredge work is located on the Lower Snake River just downstream of Ice Harbor Dam in the McNary Dam pool.� This will be a firm-fixed-price construction contract. The magnitude of construction for this project is between $5,000,000 and $10,000,000. 100% performance and payment bonds will be required. The government expects to award a contract in September 2022, with an expected period of performance of 15 December 2022 through 1 March 2023.� The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction, Dredging and Surface Cleanup Activities. The associated small business size standard is $30.0 million.� NAICS code 237990 � Dredging: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. This sources sought notice is a tool to identify businesses with the capability to accomplish the work. �This is not a solicitation. Responses to this sources sought notice should include the following information:� 1. A list of at least three (3), no more than five (5), project examples that were completed in the last 6 years which demonstrate mechanical dredging similar in size and scope listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, how it relates to the described herein and your firm�s role in the project, the dollar value, and the completion date. 2. A reference list for each of the projects submitted in item 1 above.� Include the name, title, phone number, and email address for each reference. 3. Provide a statement of your firm�s business size status (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� 4. Provide a statement that your firm intends to submit a bid on the project when it is advertised. 5. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. 6. Cage Code and SAM.gov Unique Entity ID. This sources sought notice is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via sam.gov Contract Opportunities for any resultant or future solicitation package(s) that may be issued. Submit this information to David Boone, Contract Specialist, via email to david.c.boone@usace.army.mil.� Your response to this notice must be received on or before 3:00 pm on 23 May 2022. Summary of Scope of Work: The U.S. Army Corps of Engineers (Corps) proposes to perform maintenance dredging in 2022/2023 to meet the immediate need of providing a 14-foot navigation channel depth as measured at minimum operating pool (MOP) at four locations in the lower Snake River and lower Clearwater River in Washington and Idaho (Figure 1) including two access channels between the Port of Clarkston docks and the federal navigation channel.� The 14-foot minimum depth is the depth required to safely pass large boats and barges.� The Corps is authorized by the Flood Control Act of 1952 (Public Law 87-874) to maintain a 14 foot deep channel.� In order to ensure a depth of 14 feet, the Corps would dredge to a depth up to 16 feet.� This 16-foot depth includes one foot of advanced measures and one foot to account for mechanical inaccuracies of the dredging equipment.� One proposed dredging site is the downstream navigation lock approach for Ice Harbor Dam [Snake River mile (RM) 9.5], while the other three sites are located at the confluence of the Snake and Clearwater rivers in Lower Granite reservoir.� The sites in Lower Granite Reservoir are the Federal channel (Snake RM 138 to Clearwater RM 2) and the berthing areas for the Port of Lewiston (Clearwater RM 1-1.5) and Port of Clarkston (Snake RM 137.9 and 139), and the access channels between the Port of Clarkston docks and the navigation channel.� The footprint for dredging the federal navigation channel is smaller than it has been in the past.� Due to the decreased navigation channel footprint, it is now necessary to dredge access channels to connect the navigation channel to the Port of Clarkston docks.�� The Corps identified a suitable, mid-depth location in the Lower Granite reservoir near Bishop Bar, Snake River Mile (RM) 118, as the in-water discharge site of the dredged materials. �Using this new area for disposal is the primary difference between this channel maintenance effort and the one completed in 2015. The following table lists the sites proposed for dredging in 2022-2023 and the estimated quantities of material to be removed from each site.� Sediment is expected to continue to accumulate at these locations while this action is being planned, therefore the amount of material to be removed at the time of the dredging will likely be greater than what is shown in the table.� The Corps anticipates the quantity of material needing to be dredged will be approximately 257,910 cubic yards.� Site to be Dredged Estimated Quantity to be Dredged (cy)1 Federal navigation channel at confluence of Snake and Clearwater Rivers (Snake RM 138 to Clearwater RM 2) 162,040 Port of Clarkston (Snake RM 137 and 139) 21,600 Port of Clarkston Access Channels 67,740 Port of Lewiston (Clearwater RM 1-1.5) 4,380 Ice Harbor Navigation� Lock Approach (Snake RM 9.5) 2,150 Total 257,910 Note:���� 1 Based on removal to 16 feet below MOP using survey data from 2021. Dredging will be accomplished by a contractor using mechanical methods, such as a clamshell, dragline, or shovel/scoop.� Based on previous dredging activities, the method to be used will likely be a clamshell.� Material will be dredged from the river bottom and loaded onto barges for transport to the disposal site (see figure 8).� Clamshell dredges with a capacity of approximately 15 cy and barges with capacity of up to 3,000 cy and maximum drafts of 14 feet will be used.� Sediment will be removed to a depth of up to 16 feet below MOP.� It will take about 6 to 8 hours to fill a barge.� The expected rate of dredging is 3,000 to 5,000 cy per 8-hour shift.� The contractor could be expected to work up to 24 hours per day and 7 days per week if needed.� Material will be scooped from the river bottom and loaded onto a barge, most likely a bottom-dump barge.� While the barge is being loaded, the contractor will be allowed to overspill excess water from the barge, to be discharged a minimum of 2 feet below the river surface.� Water quality monitoring will take place upstream (for background) and downstream of the dredge (as described in a monitoring plan for this project).� The data will be collected near real-time so that timely measures can be taken to avoid exceeding both Washington and Idaho state water quality standards.� These are the same procedures used during the previous dredging action in 2014/2015. The Corps identified a location in the Lower Granite reservoir near Bishop Bar, RM 118, as the in-water disposal site of the dredged materials.� The material at the Ice Harbor navigation lock approach may be removed first.� It would be placed on the bottom of the disposal area then the equipment will move up to the Clarkston/Lewiston sites. Once the barge is full, a tugboat will push it to the disposal site.� No material or water will be discharged from the barge while in transit.� For in-water disposal, when the barge arrives at the disposal site and is properly positioned, the bottom will be opened to dump the material all at once.� Once unloaded, the barge will be returned to the dredging site for additional loads. The proposed in-water discharge site is located in the Lower Granite reservoir.� This disposal area is located in the Lower Granite reservoir between RM 118-119.� The site is located outside of the Federal navigation channel, and experiences lower velocities than the main thalweg. 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, 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 24 hours of safety training from accredited safety training sources each year for the past 5 years. Use the Government-furnished Resident Management System (RMS) � Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. The project involves 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. Contracting Office Address: Attn: CECT-NWW / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE � Ice Harbor and Lower Granite Dams, Washington
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9f4d424a34f4aaf96a113e56c812d90/view)
- Place of Performance
- Address: Clarkston, WA, USA
- Country: USA
- Country: USA
- Record
- SN06313119-F 20220501/220429230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |