Mt. St. Helens Sediment Retention Structure Crest Raise
SYNOPSIS The U.S. Army Corps of Engineers (USACE) Portland District is soliciting a Contract for the Mt. St. Helens Sediment Retention Structure Crest Raise on the North Fork Toutle River in Cowlitz C... SYNOPSIS The U.S. Army Corps of Engineers (USACE) Portland District is soliciting a Contract for the Mt. St. Helens Sediment Retention Structure Crest Raise on the North Fork Toutle River in Cowlitz County, Washington. The proposed project will be a competitive, firm-fixed price (FFP) contract. Description of Requirement: The U.S. Army Corps of Engineers, Portland District, has a requirement to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package. Purpose: The project purpose is to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package. The work will be located at the Sediment Retention Structure on the North Fork Toutle River in Cowlitz County, Washington, off of Highway 504. Contractor access to the work site will be from gravel access roads on the dam site, the gravel roadway on top of the embankment dam, the top of the concrete outlet works structure, and a paved roadway on the spillway approach pier west of the existing spillway crest. Contract Period of Performance: The estimated Period of Performance for this contract is Notice to Proceed through 07-MAY-2028 Magnitude of Construction: The estimated cost of the project is $25,000,000 to $100,000,000. Set Asides and Codes: Full and Open Competition - Unrestricted. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990, “Other Heavy and Civil Engineering Construction”. The related size standard is $45M. The Product Service Code (PSC) is Y1QA - Construction of Restoration of Real Property (public Or Private). Selection Process: Competitive acquisition using Invitation for Bid (IFB) using FAR Part 14 procedures. Project Labor Agreement: Within seven (7) days after bid opening, the apparent low bidder must submit a Project Labor Agreement (PLA) as required for large-scale construction projects in accordance with FAR 22.503 and FAR Clause 52.222-33 Alternate I. The Government is not a party to the PLA. Per 52.222-33 Alt I subparagraph (b)(2), subcontractors are a party to the PLA. However, it is not necessary for all subcontractors sign the PLA, but they must agree to the terms of the PLA negotiated by the prime contractor and labor organization. The prime contractor can meet the requirements of subparagraph (b)(2) by either: 1) inserting language into the subcontract requiring the subcontractor to acknowledge and abide by the terms of the PLA; 2) having each subcontractor sign a Letter of Assent or an Affidavit of PLA Participation. At a minimum, the proposed PLA must address the requirements in FAR 22.504(b), which states a project labor agreement shall – (1) Bind all contractors and subcontractors engaged in construction on the construction project to comply with the project labor agreement; (2) Allow all contractors and subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; (3) Contain guarantees against strikes, lockouts, and similar job disruptions; (4) Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement; (5) Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; and (6) Include any additional requirements as the agency deems necessary to satisfy its needs. If the apparent low bidder does not submit an acceptable PLA, they may be ineligible for award and the contracting officer may move on the second low bidder. Any PLA reached does not change the terms of this contract, or provide for any price adjustment by the Government. Anticipated Solicitation Release Date: The government anticipates releasing the solicitation in July 2025. The closing date for proposals will be approximately 60 days later. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted. 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 points of contact for this action are Andrew Sprys at andrew.j.sprys@usace.army.mil and Cory Pfenning at cory.r.pfenning@usace.army.mil. Email is the only method for receiving responses to this pre-solicitation notice. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Maura Timmerman at (402) 370-0095 or maura.j.timmermann@usace.army.mil. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM ON OR ABOUT 14 JULY 2025. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS AND PROPOSALS 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.
Data sourced from SAM.gov.
View Official Posting »
Mt. St. Helens Sediment Retention Structure 2nd Crest Raise
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 S... 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. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: NAICS Code 237990, “Other Heavy and Civil Engineering Construction”. The related size standard is $45M. Federal Service Code: Z2PZ Repair or Alteration of Other Non-Building Facilities. Formal Sources Sought Response Due – 18 JUN 2025 at 3:00 pm PDT. Description of Requirement: The project purpose is to The U.S. Army Corps of Engineers, Portland District, has a requirement to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package 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. The project purpose is to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package. The work will be located at the Sediment Retention Structure on the North Fork Toutle River in Cowlitz County, Washington, off of Highway 504. Contractor access to the work site will be from gravel access roads on the dam site, the gravel roadway on top of the embankment dam, the top of the concrete outlet works structure, and a paved roadway on the spillway approach pier west of the existing spillway crest. Purpose: The project purpose is to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package. The work will be located at the Sediment Retention Structure on the North Fork Toutle River in Cowlitz County, Washington, off of Highway 504. Contractor access to the work site will be from gravel access roads on the dam site, the gravel roadway on top of the embankment dam, the top of the concrete outlet works structure, and a paved roadway on the spillway approach pier west of the existing spillway crest Anticipated Construction Schedule: CENWP intends to advertise (08/2025) and award (10/2025) Construction Contract with estimated construction completion by the end of calendar year 05/2028. Estimated Construction Cost (ECC): The current ECC is between $25,000,000 and $100,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. Number and Type of Contracts: NWP contemplates awarding a Firm-Fixed Price Construction Contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels. Anticipated Procurement Method: Invitation for Bid (IFB) Questions for Industry IAW FAR 22.5, UAI 5122.5 and UDG 5122.503-2: a) Do you have knowledge that a Project Labor Agreement (PLA) has been used in the local area on projects of this kind? If so, please provide supporting documentation. b) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. c) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. d) Identify specific reasons why or how you believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement. e) Identify specific reasons why you do not believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement. f) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. g) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. NOTES: No similar projects have been solicited in the last 5yrs and no project that has similar features of work that has a similar dollar threshold and required the consideration for PLA This project was approved for full funding in FY25 Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N25BA007. Please email to Cory Pfenning, Contracting Officer, at Cory.R.Pfenning@usace.army.mil and Contract Specialist, at Andrew.J.Sprys@usace.army.mil before 3:00 pm Pacific Daylight Time on 18 June 2025. Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), (List the critical elements required) project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 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 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. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
Data sourced from SAM.gov.
View Official Posting »