SPECIAL NOTICE
Z -- Columbia River Channel Improvements Pipe Procurement and Installation - Industry Day
- Notice Date
- 8/16/2023 12:31:36 PM
- Notice Type
- Special Notice
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N23B0006
- Response Due
- 9/6/2023 1:00:00 PM
- Archive Date
- 09/21/2023
- Point of Contact
- Clinton Jacobsen
- E-Mail Address
-
, clinton.m.jacobsen@usace.army.mil
(, clinton.m.jacobsen@usace.army.mil)
- Description
- Columbia River Channel Improvements Pipe Procurement and Installation Industry Day and Feedback Request W9127N23B0006 FOR THE USACE PORTLAND DISTRICT 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 CONTRACT ACTION UNDER FAR SUBPART 5.2. Notice Details. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is hosting an industry day and seeking industry input as it evaluates project risks, industry capabilities, and strategies for a firm-fixed-price construction contract for Columbia River Channel Improvements Pipe Procurement and Installation on Puget Island Upland disposal site on Puget Island, near Mile 44 of the Columbia River. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 Other Heavy and Civil Engineering Construction. The related Small Business Administration size standard is $45M. Description of Requirement: The U.S. Army Corps of Engineers, Portland District, has a requirement for the installation of three 30"" inside diameter (ID) steel pipes through the Puget Island levee for permanent use in upland dredge disposal activities. The work includes a temporary pedestrian path, road cut with asphalt road surface replacement, trench excavation, 30-inch steel pipe installation with reinforced concrete foundation blocks, backfill with controlled density fill/filter material, install wooden fence, and incidental related work. Procurement of Pipe lead time is estimated at 180 days and construction is estimated at 4 � 6 weeks beginning August of 2023 (depending on award date). Background: USACE and Port of Portland have an agreement in place to dispose of dredge spoils in an upland disposal site on Puget Island, near Mile 44 of the Columbia River. In order to use the site, dredge pipes must enter a Port-owned riverside parcel and cross a public road/flood control levee into the disposal site (Vik Site). In order to cross the public road and flood control levee, a semi-permanent levee penetration is planned. �The CRCI contract is planned to include the installation of three, 30�, steel pipes starting on the Port�s riverside parcel, extending through the public ROW, and terminating in the Vik Site. The local Wahkiakum County Public Utilities Department (PUD) has a 6"" water supply and overhead power running parallel to the road, which have been moved/hardened in preparation of the CRCI contract. The work for the pipe installation will involve the following: traffic control, road cut, excavation, environmental protection, pipe procurement, welding, pipe closure/pressure test, structural concrete, levee section construction, CDF backfill, sand filter, quarry spall, road shoulder widening, wooden post electric fence installation, survey and site restoration. Anticipated period of performance:� CENWP anticipates advertisement in March 2024 and award in May 2024. Procurement of Pipe lead time is estimated at 10 � 16 weeks and construction is estimated at 6 � 12 weeks beginning July of 2024 (depending on award date). Path Forward. CENWP is soliciting feedback from industry as part of our market research efforts associated with development of the upcoming solicitation. Acquisition Strategy Methods and Considerations. �This project will be solicited as an Invitation for Bids IAW FAR part 14 and the resulting contract will be a firm-fixed-price construction contract. North American Industrial Classification System Code (NAICS) is 237990, which has a size standard of $45 million or less in average annual receipts over the last 3 years. The wages and benefits of listed construction employees (see FAR 22.4) performing under this contract must be at least equal to those determined by the Department of Labor under the Davis Bacon Act under http://www.wdol.gov, as determined relative to the location of the project). The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District. Communications with Industry. CENWP is interested in feedback from responsible firms. Firms must follow the submission instructions below to be invited to a virtual presentation and discussion. CENWP will host a virtual presentation and discussion on Thursday, 7 September 2023 at 1:00 pm Pacific. Firms will be provided a link to attend. Following the presentation, the government requests that each firm provide written statement of interest that addresses the firm's capabilities, sharing concerns regarding the statement of work and potential limitations, and any additional information or recommendations. These responses will be considered for use in solicitation development. ����� Submission Instructions. To be invited to the virtual project overview presentation, interested responsible parties must contact the POC listed on this announcement via email, in the following format: SUBJECT:� Industry Day - Columbia River Channel Improvements Pipe Procurement CONTENT:� Firm name, CAGE code, names and email addresses of attendees. POCs: �Clinton.M.Jacobsen@usace.army.mil and Andrew.J.Sprys@usace.army.mil � RSVP DUE DATE/TIME: All requests to attend are due to the POCs on or before 1:00 pm Pacific on Wednesday, 6 September 2023. Responses received after this date/time will not be invited to the virtual presentation and discussion. ��Request for Feedback: Following the Industry Day, the government requests contractors provide written responses (limited to ten (10) pages) to the government via email on/before 1:00 pm Pacific on Thursday, 14 September 2023. Written responses shall address the following: Firm's name, address, point of contact, phone number, e-mail address, CAGE & UEI numbers; The firm�s interest in proposing/bidding on the requirement; any questions, recommendations, or concerns the firm has which may influence solicitation requirements, solicitation evaluation criteria or risk reduction strategies. POCs:� Clinton.M.Jacobsen@usace.army.mil and Andrew.J.Sprys@usace.army.mil � Disclaimer. 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 Special Notice 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 capabilities 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b53add236c8479e940371d4e5d5751a/view)
- Place of Performance
- Address: Cathlamet, WA 98612, USA
- Zip Code: 98612
- Country: USA
- Zip Code: 98612
- Record
- SN06792442-F 20230818/230817085734 (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 |