SOURCES SOUGHT
Y -- Hahaione Construction Repair of Flood Control Project, Oahu, HI
- Notice Date
- 7/17/2018
- 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, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A18Z0013
- Archive Date
- 8/31/2018
- Point of Contact
- Raymond Greenheck, Phone: 808-835-4380
- E-Mail Address
-
Raymond.R.Greenheck@usace.army.mil
(Raymond.R.Greenheck@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work to design and construct a repair to the Hahaione Stream Flood Control Project, located in Hawaii Kai, Oahu, Hawaii. Project Description: This is a DESIGN BUILD firm fixed priced construction project to design and construct a repair to the Hahaione Stream Flood Control Project, located in Hawaii Kai, Oahu, Hawaii. Hahaione Flood Control Project (FCP) is an Urban Flood Control Work (FCW). The project consists of work in two separate reaches, each with a unique scope of work to restore the channel and incline to its pre-storm conditions. The first reach from STA 29+00 to 26+00 consists of removing the whole width of the stream channel invert to the bottom of the channel slope. This will reveal any voids existing under the invert. Provide weep holes, 10 feet on-center (o.c.) in the invert with a cubic foot of drainage material wrapped in geotextile at the bottom of the weep holes. Provide minimum 12 inches bedding layer under the lining with Controlled Low Strength Material (CLSM) to fill the rest of the subgrade (deeper voids) prior to concrete slab construction. The second reach from 26+00 to 23+50 primarily focuses on repairing the incline and stabilizing the City and County's emergency stabilization repairs. A reinforced cutoff wall (two- #4 rebar running full length), 2 foot deep, 12 inches thick or a gabion type cutoff wall should be constructed at both ends of the gabion repairs, butting the existing concrete lined channel slope. Transition from the existing channel to the gabion repair area will require a smooth transition to keep the hydrology consistent through the channel alignment. The magnitude of this project is estimated to be between $1,000,000 and $5,000,000. Interested PRIME CONTRACTORS shall submit the following: (1) Name of firm with address, phone and point of contact. (2) DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov (3) Bonding capability for single contract action in the magnitude of this project. (4) Indicate whether your firm is a large business or small business and indicate applicable socio-economic category of FAR Part 19. (5) Provide at least three (3) example of projects similar size/scope described in the project description above, with the past five (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of design build flood control project/ flood control project repair work. (6) Answer specifically the following market survey questions: a. On how many projects, within the last five (5) years, has your company: 1. Managed (i.e., scoped, priced, procured and executed through local/other contractors) design-build/design-bid-build projects for flood control projects/repair of flood control projects? i. As a prime contractor? ii. Subcontractor? Firms responding to this sources sought, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A18Z0013/listing.html)
- Place of Performance
- Address: Hawaii Kai, Oahu, Hawaii, Hawaii Kai, Hawaii, 96825, United States
- Zip Code: 96825
- Zip Code: 96825
- Record
- SN04995179-W 20180719/180717231127-a406b35f2c501616f21c9eb7b74a00d6 (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 |