Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2017 FBO #5734
SPECIAL NOTICE

Z -- US Moorings Dock Replacement - Drawings/Guidance

Notice Date
8/3/2017
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N17R0057
 
Point of Contact
Brandon Lasich, Phone: 5038084637
 
E-Mail Address
brandon.m.lasich@usace.army.mil
(brandon.m.lasich@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings Post Dock Remedy Concepts EPA Guidance Request for Information: General. This is a REQUEST FOR INFORMATION from all business firms and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Project Description. The U.S. Army Corps of Engineers, Portland District, has been tasked to solicit a contract for the US Moorings project located at the Portland Harbor in Portland, Oregon. The US Moorings project consists of the construction of a replacement dock at Willamette River mile 6, just upstream of the St. Johns Bridge. The site and circumstances offer a number of challenges in design and construction including a historical industrial site, difficult marine environment, and the pending remedy of contamination within the larger Portland Harbor Superfund site. USACE is seeking input from Contractors on meeting these challenges. Construction activities are anticipated to begin the summer of 2020. The in-water work period for the Willamette River (Mouth to Willamette Falls) is from July 1- October 31. The estimated Magnitude of Construction for this project is between $10,000,000 and $25,000,000. Request for Information. For this project, the Government is interested in surveying businesses to determine the industry's capability to perform marine construction within a Superfund site. Specifically, interested parties are requested to provide project information detailing their company's experience completing the following: 1. Land based construction techniques for dock construction. How can we extend an approach pier from land, and then advance to the wharf construction? The purpose of this methodology is to minimize cost and to avoid the practice of spudding down in the river. 2. Water based techniques for dock construction. What techniques could be employed to minimize the use of spuds or temporary piles? Could the existing timber pilings be used for temporary mooring? 3. Isolation techniques for Construction in Contaminated Areas. New dock construction, and the remedy consisting of timber pile removal, dredging and capping in contaminated areas will likely require use of the EPA Region 10 Best Management Practices for Piling Removal and Placement in Washington State (attached) or similar for the State of Oregon. What techniques\equipment do you propose to minimize the distribution of contaminated sediments during pile removal and placement? 4. Cap placement beneath existing structures. Portland is considering moving forward with dock construction prior to placing a cap over contaminated sediments. What types of equipment may be employed to place a cap beneath a dock and what are the limits of effective use in terms of distance and depth of water? We have looked briefly at long-reach excavators and conveyors on floating platforms. Responses to this Request for Information must be submitted electronically (via email) SUBJECT: W9127N17R0090 US Moorings Dock. Please send to Brandon M. Lasich, Contract Specialist, at Brandon.M.Lasich@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Monday, August 21, 2017. All responses will be kept confidential. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Request for Information or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N17R0057/listing.html)
 
Place of Performance
Address: The Portland Harbor located near Willamette River mile 6, just upstream of the St. Johns Bridge., Portland, Oregon, 97217, United States
Zip Code: 97217
 
Record
SN04611880-W 20170805/170803233023-f55758c5abf41329546a2d8db15d0a6f (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 |
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.