SOURCES SOUGHT
99 -- Crest Raise at MSH SRS
- Notice Date
- 1/24/2022 4:46:47 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N22B0009
- Response Due
- 2/14/2022 11:00:00 AM
- Point of Contact
- Harron Elloso, Phone: 5038084618, Kristina K. Morrow
- E-Mail Address
-
harron.e.elloso@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(harron.e.elloso@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
- Description
- 1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID, NOR A SYNOPSIS OF A PROPOSED ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the second Crest Raise at the Sediment Retention Structure (SRS) on the Toutle River. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make an acquisition strategy decision. Additional details regarding the project background and description of work can be found in Section 4 of this sources sought. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry, to include: Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). All are highly encouraged to respond. 3. Capability Statements Contractors� submission should demonstrate verifiable experience through references, project lists to include scope, or reports that they have: Placement of roller compacted concrete Working in a semi remote environment Successful construction experience dealing with tight construction windows Performing instream work and ability to develop plans for temporary diversion structures North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction. Size Standard: $39.5 million. 4. Project Background. The Sediment Retention Structure was constructed in the Late 80�s to store the sediment coming off the avalanche area so that the sediment does not flow down to the low Cowlitz River.� The main objective for the project is to keep the level of Protection on the levee systems from Castle Rock to Lexington.� There has already been one crest raise in 2012 and this will be the second of three planned crest raises. Description of Work. The work will involve the construction of a second crest raise at the SRS. The second crest raise will raise the spillway channel by 10 ft.� Along with construction of second crest raise, a new plunge pool will have to be constructed, a low flow channel excavated in rock.� As part of the project, the contractor will be required to construct water diversion structures so that the work can be performed in the middle of a river. 5. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: MSH SRS Second Crest Raise. Please send to Harron Elloso, Contract Specialist, at Harron.E.Elloso@usace.army.mil and Kristina.k.morrow@usace.army.mil in either Microsoft Word or Adobe Portable Document Format (PDF) by 2:00PM Pacific Time on February 14, 2022. A Firm�s response to this Sources Sought shall be limited to (5) pages and shall include the following information: a.� Firm�s name, address, point of contact, phone number, email address, CAGE and DUNS numbers, and include the Construction Bonding Level per contract. b.� Firm�s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB). c.� Provide relevant and verifiable information on the Firm�s experience/capabilities as it pertains to the proposed work outlined in section 3. Capability Statements 6.� 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 Sources Sought 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 the Government point of entry (beta.SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3c1b0e9e8c3644c089b2da37cedebcda/view)
- Record
- SN06222981-F 20220126/220125201433 (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 |