Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

Z -- Dent Acres and Lewiston Levee Pavement Rehabilitation

Notice Date
2/8/2024 9:13:50 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF23RSS09
 
Response Due
2/22/2024 4:00:00 PM
 
Archive Date
02/22/2024
 
Point of Contact
Sean Molina, Phone: 5095277203
 
E-Mail Address
sean.molina@usace.army.mil
(sean.molina@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers (USACE), Walla Walla District is seeking sources for a construction project entitled Dent Acres and Lewiston Levee Pavement Rehabilitation.� The work is located at the U.S. Army Corps �of Engineers Dent Acres Campground and a section of Lewiston Levee Bike Path. The campground is on the Dworshak Dam Reservoir, 19 miles from Orofino, Idaho; the bike path segment is between Southway Boat Ramp and Hells Gate State Park in Lewiston, Idaho. The resulting contract will be a firm fixed-price construction contract.� The North American Industry Classification System (NAICS) code for this project is 237310 Highway, Street, and Bridge Construction. The associated small business size standard is $45,000,000 million. The magnitude of construction for this project is expected to be between $500,000.00 and 1,000,000.00. This announcement is not a solicitation. This sources-sought announcement is issued to help the Government identify small business concerns with the capability to accomplish the work and the interest/intent to bid on the project. Responses to this announcement will be used by the Government in determining whether or not to set aside this requirement exclusively for small business concerns. To respond to this announcement, please provide the following: 1.�������� A list of no more than five current projects at least 50% physically complete or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary 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. 2.�������� A reference list for each of the projects submitted in 1. above.� Include the name, title, phone number and email address for each reference. 3.�������� 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. 4.�������� Provide a statement that your firm intends to submit an offer 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 DUNS number. Summary of Scope of Work: This project will rehabilitate pavements at Dent Acres Campground and along a segment of Lewiston Levee bike path. At Dent Acres, the work scope includes asphalt pavement patching and asphalt concrete overlay: ����������� Asphalt pavement saw cutting for patching. ����������� Excavation to remove existing asphalt and aggregate base materials from patch areas to the depth indicated. ����������� Placement and compaction of imported aggregate base for patching; ����������� Placement and compaction of 3-inch thickness of asphalt concrete as indicated. ����������� Placement of asphalt concrete overlay as indicated. ����������� A post-construction as-constructed survey of overlayed pavements at the site is also required. Along the segment of Lewiston Levee bike path, the work scope includes pavement patching, surface fog sealing, and asphalt concrete overlay: ����������� Asphalt pavement saw cutting for patching. ����������� Excavation to remove existing asphalt and aggregate base materials from patch areas to the depth indicated. ����������� Placement and compaction of imported aggregate base for patching. ����������� Placement and compaction of 3-inch thickness of asphalt concrete as indicated. ����������� Placement of two fog-seal surface coats along the indicated bike path section. ����������� Placement of asphalt concrete overlay along indicated bike path sections. TECHNICAL EXPERIENCE REQUIREMENTS a)�������� Asphalt pavement patching with saw cutting, excavation, subgrade preparation, fill placement and compaction, and hot-mix asphalt placement and compaction. b)�������� Placement of surface fog seal. c)�������� Placement of hot-mix asphalt overlay using travelling screed paver equipment. 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. 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 of 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 project will involve the development and management of Contractor furnished submittals for items such as product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Submit this information to Sean Molina, Contract Specialist, via email to sean.molina@usace.army.mil.� Your response to this notice must be received on or before 4:00 pm Pacific Time on Friday, February 22, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/276dd910b767486e8955180c0a9c771d/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN06960816-F 20240210/240208230058 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.