SOURCES SOUGHT
Z -- Jackson Levee Repair and Rehabilitation Requirements Contract
- Notice Date
- 4/24/2015
- Notice Type
- Sources Sought
- 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
- W912EF-15-R-SS37
- Archive Date
- 5/28/2015
- Point of Contact
- Phyllis Buerstatte, Phone: 509-527-7211
- E-Mail Address
-
Phyllis.L.Buerstatte@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Jackson Levee Repair and Rehabilitation Requirements Contract, 2015-2018 The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled Jackson Levee Repair and Rehabilitation Requirements Contract, 2015-2018. The work is located in Teton County, Wyoming. This will be a Requirements contract, which provides for filling all of the Government's actual purchase requirements for this type of work, in this location, during the specified contract period (from one contractor) with performance to be scheduled by placing task orders with the contractor. The Government anticipates placing between $160,000 and $350,000 in task orders per year; however, this estimate is not a representation that the estimated quantity will be required or ordered. A bid bond of 20% will be required. Performance and/or payment bonds will be required for each task order. The period of performance is 3 years. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is no more than $36,500,000.00 in average annual receipts. 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 capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work (below) and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value, and a point of contact name, phone number and email address for the contracting organization. 3) A statement of your firm's business size and type (Small business, HUBZone small business, service-disabled-veteran-owned small business, woman-owned small business, veteran-owned small business, or 8(a) or small disadvantaged business). 4) A statement of your firm's bonding capacity. 5) A statement of excavators, bulldozers, and haul trucks owned by your firm, to include model numbers, and a statement addressing if your business would likely have to rent equipment for work of this project's scope and magnitude. Haul trucks needed are belly dumps and or dump trucks equipped with high-lift gates or rock lips and licensed highway legal. Hydraulic excavators should have a minimum flywheel horsepower of 222 hp, with a boom length of 30 feet, and equipped with a thumb. Submit this information to Phyllis Buerstatte, Contract Specialist, by email to Phyllis.L.Buerstatte@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:00PM (local time) on 13 May 2015. Scope of work is as follows: This project is to remove vegetation and rehabilitate the revetment of the Jackson Project Levees. The project is located in Teton County, Wyoming, near the town of Jackson. The project consists of 29 levees (33 miles total), 48 levee access roads, 5 riprap stockpile sites, and one rock quarry (rock storage site). The contractor will be required to perform work to include: -Remove and dispose of vegetation located on project levees, sized from brush to trees in excess of 20" in diameter, in a legal manner. -Load and transport government furnished riprap to worksites from the Walton Quarry stockpile site. Rock weighs up to 3000 pounds. -Pull back existing revetment, and re-grade slopes of levee to specified profile. -Excavate for a toe trench to replace/reconstruct the levee toe. This work will occur in-water for approximately 50% of the levee length. -Place levee fill material in lifts. Compact levee fill to specification standards with compaction equipment. -Mix new riprap with old material, placing rock individually on levee profile and toe to ensure rock is properly keyed. Some of the work will be performed in the water by excavators. In these locations where the River is immediately adjacent to the levee, only the bucket of the excavator will enter the water. Waters of this region of the Snake River routinely exceed 10 feet/second in velocity. Work must be completed by 15 November of a typical year, due to the onset of winter and hence the necessity for the contractor to shut down. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.usace.army.mil/SafetyandOccupationalHealth.aspx located at US Army Corps of Engineers homepage. Contracting Office Address: USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876 Place of Performance: Teton County, Wyoming
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS37/listing.html)
- Place of Performance
- Address: Teton County, Wyoming, Jackson, Wyoming, 83001, United States
- Zip Code: 83001
- Zip Code: 83001
- Record
- SN03710129-W 20150426/150424234727-c05a8ab76796d6a93db4dc2b19f4bc8d (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 |