Port Orford Breakwater Interim repairs
Synopsis: The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed price bid for this project. This ann... Synopsis: The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed price bid for this project. This announcement is for the Interim Repair of the Port Orford Breakwater located at Port Orford, Curry County, OR. Project Scope: This project consists of the following: Port Orford Breakwater Background: The breakwater sits on State owned land, but the breakwater is a real property asset of the Corps. The breakwater was authorized and constructed by the Corps in 1969 to protect the Port of Port Orford dock from wave action. The breakwater has not been repaired since initial construction. Waves and storm damage had damaged the breakwater in the center (location majority of winter waves and storms hit the structure), the armor stone had been knocked off the structure and it is currently unraveling in both directions. In 2012 ARRA funds were used to conduct a major maintenance report, which identified a preferred repair alternative. Since that time we have requested repair funds, and in 2017/2018 storm supplemental funds were received to conduct an interim repair (not the full rebuild identified in the MMR). The storm supplemental funds were requested after a major storm in 2016 that accelerated the breakwater's unraveling. If we do not repair the structure it will continue to unravel, resulting in continued loss of the federal infrastructure (increasing the cost to repair it), and the Port will continue to be subjected to increased wave action. Port Orford is a unique harbor in that there is no moorage in the water, boats must be hoisted out the water and stored on the dock. Increased waves limit the available time to hoist boats in and out of the water, thereby decreasing the days available for the commercial fishing fleet to access the ocean, while increasing the risk of life and safety of the fleet. Currently the fishing fleet provides ~$3-5M in fish value to state annually. Scope of Work: The Proposed Action is to perform an interim repair to the Port Orford breakwater by modifying its cross sections. The breach in the rubble mound breakwater will be filled to a crest height of +20 feet Mean Lower Low water [MLLW]. The width of the crest will be increased to 44 feet wide. The structure side slopes will remain as 1 vertical (V): 2 horizontal (H) on the seaward (west-facing) side and 1V:1.5H on the leeward (east-facing or harbor) side. Although the width of the crest will be increased, the structure will remain within the original design footprint of the 1969 breakwater. Required armor stone density is 170 pcf. Trucks or barges will be used to import and export construction material and equipment to the site. Scope is subject to change at the point of solicitation. Two staging areas will be used to store equipment and materials at any given time during construction. The equipment staging area is located adjacent to the breakwater along Dock Road and the stone storage area is located above the Mean Higher High Water (MHHW) line on Port Beach. Construction activities are anticipated to be completed within one summer season between May 1 and October 31, 2019. Acquisition Strategy: The solicitation will be an Invitation for Bid (IFB). This acquisition will result in a single fixed-price contract. The agency will use Hubzone Price Evaluation preference in accordance with FAR 19.1307. Magnitude of Construction: The estimated cost of the project is between $5,000,000 and $10,000,000. Set Asides and Codes: This is a Full and Open acquisition. This effort is classified through the North American Industry Classification System (NAICS) under code 237990- Other Heavy Civil Engineering Construction. The Small Business Standard size ($36.5M). The FSC is Z2K2 - Repair or Alteration of Other Conservation and Development Facilities. Bid Procedures: The solicitation will be posted on the Federal Business Opportunities website, https://www.fbo.gov/, once it is issued. Firms are requested to register electronically to receive a copy of the solicitation when it is issued. Bid Period: The solicitation is scheduled for release on or about 01 February 2019. The tentative date for receipt of proposals is on or about 04 March 2019. Plans and Specifications: The Plans and Specifications will also be posted on the Federal Business Opportunities website, https://www.fbo.gov/, once it is issued. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award. Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Joshua D. Fellwock at joshua.d.fellwock@usace.army.mil. E-mail is the preferred method for receiving responses to this pre-solicitation notice. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON FBO ON OR ABOUT 01 FEBRUARY 2019. THIS NOTICE IS NOT AN INVITATION FOR BIDS AND ANY BIDS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »