SOLICITATION NOTICE
Y -- Ice Harbor Dam Charbonneau Park Septic System Upgrades
- Notice Date
- 7/3/2025 12:50:37 PM
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF25BA011
- Response Due
- 7/21/2025 5:00:00 PM
- Archive Date
- 08/05/2025
- Point of Contact
- Preston Jones, Phone: 5095277206
- E-Mail Address
-
Preston.E.Jones@usace.army.mil
(Preston.E.Jones@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled Ice Harbor Dam Charbonneau Park Septic System Upgrades. The work is located at Charbonneau Park located in Washington State along the Snake River. This will be a firm-fixed-price construction contract. The magnitude of construction is between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. The government expects to award one contract in September 2025. The North American Industry Classification System (NAICS) code for this project is 238910 - Site Preparation Contractors and the associated small business size standard is $19.0 million. The solicitation will be made available for download on the sam.gov Contract Opportunities website in July 2025. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation. The existing Charbonneau Park wastewater treatment system in the scope of this planned contract is considered a Large On-site Septic System (LOSS), as its peak design capacity of?6,875 gallons per day (gpd) exceeds the 3,500 gpd On-site Sewage System (OSS) permit capacity threshold. The LOSS serves a comfort station, 54 campsites (18 of which have sewer connections, 16 are public sites and two are caretaker sites), and a marina boat pump-out station. The existing septic tank treatment system consists of a collection tank, two septic tanks in series (6,000-gallon primary tank and 3,000-gallon secondary tank) and a lift station tank for pressurized distribution to the drain field. Under the planned Contract, the contractor will be required to provide the following construction services: The objective is to install a LOSS upgrade that meets the requirements of Washington State Department of Health (WADOH). The planned tankage for the system upgrade includes the use of the existing primary 6,000-gallon and 3,000-gallon septic tanks. Additionally, there will be one feed tank with two attached surge storage tanks, in series, located downstream of the existing two septic tanks, and five treatment tanks, in parallel, located downstream of the feed tank and upstream of the drain field lift station. All new tanks will be selected from the List of Registered Sewage Tanks, as established under WAC 246-272C as part of Washington State DOH 337-046. The contractor will be required to install one feed tank with two attached surge storage tanks, in series, located downstream of the existing two septic tanks, and five treatment tanks, in parallel, located downstream of the feed tank and upstream of the drain field lift station. Septic system upgrade will also include replacement of the existing marina pump and two existing lift station pumps. Install specified materials by a licensed septic Contractor licensed for such work in Washington State. After award, Contractor must submit License showing they are a current licensed installer with the Washington State Department of Health. System for Award Management (SAM): Offerors must register in the SAM at https://sam.gov/content/home prior to receiving an award. Point of contact for this procurement is Preston Jones, Contract Specialist at Preston.E.Jones@usace.army.mil 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. 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 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0685d20617f64223b71ced155f1e6801/view)
- Place of Performance
- Address: WA 99323, USA
- Zip Code: 99323
- Country: USA
- Zip Code: 99323
- Record
- SN07498746-F 20250705/250703230039 (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 |