Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOURCES SOUGHT

Z -- Mill Creek Road Repair and Paving, Reservoir Road Walla Walla, Washington

Notice Date
12/19/2019 1:24:03 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362 USA
 
ZIP Code
99362
 
Solicitation Number
W912EF20RSS10
 
Response Due
1/10/2020 4:00:00 PM
 
Archive Date
01/25/2020
 
Point of Contact
David Boone, Phone: 509-527-7227
 
E-Mail Address
david.c.boone@usace.army.mil
(david.c.boone@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Mill Creek Road Repair and Paving.� The work is located at Reservoir Road in Walla Walla, Washington.� 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 and the associated small business size standard is $39.5 million.� This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.� This is not a solicitation.� Only those firms that respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� 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. A reference list for each of the projects submitted in A) above.� Include the name, title, phone number and email address for each reference. 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.� Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. Cage Code and DUNS number. Submit this information to David Boone, Contract Specialist, via email to david.c.boone@usace.army.mil. �Your response to this notice must be received on or before 4:00 pm Pacific Time on Friday, January 10, 2019.� Summary of Scope of Work: The base scope of work for the contract includes approximately 1/2 mile of reconstruction along Reservoir Road in Walla Walla, Washington in two 1/4 mile segments.� Optional contract items include a price per linear foot of additional asphalt to be laid and construction of approximately 90 feet of concrete valley gutter at the parking lot for Lake Bennington and speed humps along the road.� The roadway reconstruction will be accomplished using a milling machine or pulverizer.� The existing asphalt concrete pavements will be milled to their full thickness.� A portion of the milled materials will be borrowed for use as shoulder grooming material.� The loose materials will be graded and compacted to construct the base course layer.� 2-inches of crushed rock will be imported, fine graded, and compacted to construct the top course layer and the pavement subgrade per the design cross sections.� Two 1 1/2 inch thick lifts of asphalt concrete will be placed to construct the 3 inch thick layer of new pavement.� The shoulder grooming materials will be graded and compacted so the shoulder surfaces are flush with the new pavements (with no lane shoulder dropoff).� Striping must be completed last.� Only minimal amounts of the milled materials will need to be loaded and trucked anywhere.� Most of the milled material will be fine graded and compacted in place, where it will serve as base course for the new pavement section.� The road shoulder areas that will require shoulder grooming are not continuous because of guardrails.� Along much of the shoulder grooming areas, the affected area is limited to a narrow strip because of roadside ditches. The pavement of the 2-lane roadway is 18 feet in width.� The base scope includes 2,670 linear feet of roadway in two separate segments.� Reconstruction of the west segment (1,270 feet of alignment) will require full time traffic control to preserve access for local traffic.� The east segment (1,400 feet of alignment) and optional segments are located where the roadway will be closed to the public for the reconstruction. A contractor storage and staging area will be made available at the Bennington Lake Boat Ramp parking lot, which is approximately 3/4 of a mile away from the site.� Another location will be made available, near the project office, at the end of the west road reconstruction segment.� Additionally, a loading and unloading area (for equipment) will be made available at the end of the east road reconstruction segment. 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.� 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 contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures.� Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.� 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://beta.sam.gov/opp/c30cc6356b064426ab44a75d8cb3c927/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN05521917-F 20191221/191219230157 (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.