Jackson Hole Levee Repair and Rehabilitation Requirements Contract
Jackson Hole Levee Repair and Rehabilitation Requirements Contract Sources Sought Notice: W912EF-19-R-SS24 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction pr... Jackson Hole Levee Repair and Rehabilitation Requirements Contract Sources Sought Notice: W912EF-19-R-SS24 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project titled: Jackson Hole Levee Repair and Rehabilitation Requirements Contract, 2019-2022. The work is located in Teton County, Wyoming. This will be a requirements contract, which provides for filling all of the Government's actual purchase requirements for this type of work, in this location, during the specified contract period (from one contractor) with performance to be scheduled by placing task orders with the contractor. The Government anticipates placing between $160,000 and $300,000 in task orders per year; however, this estimate is not a representation that the estimated quantity will be required or ordered. A bid bond of 20% will be required. Performance and/or bid bonds will be required for each task order. The period of performance is three years. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify interested businesses with the technical experience and capability to accomplish this work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A.) Provide a capability statement expressing interest in this requirement, a list of no more than five current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary of 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. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B.) A list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. C.) 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. D.) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E.) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F.) A statement of excavators, bulldozers, and haul trucks owned by your firm, to include model numbers, and a statement addressing if your business would likely have to rent equipment for work of this project's scope and magnitude. Haul trucks needed are belly dumps and or dump trucks equipped with high-lift gates or rock lips and licensed highway legal. Hydraulic excavators should have a minimum flywheel horsepower of 222 hp, with a boom length of 30 feet, and equipped with a thumb. G.) Cage Code and DUNS number. Submit this information to Julie.M.Morris@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Time on February 22, 2019. Summary of Scope of Work: This project is to remove vegetation and rehabilitate the revetment of the Jackson Project Levees. The project is located in Teton County, Wyoming, near the town of Jackson. The project consists of 29 levees (33 miles total), 48 levee access roads, and 5 riprap stockpile site. The contractor will be required to perform work to include: - Remove and dispose of vegetation located on project levees, sized from brush to trees in excess of 20" in diameter, in a legal manner. - Load and transport government furnished riprap and fill material to worksites from government stockpile sites. Rock weighs up to 3000 pounds. - Pull back existing revetment, and re-grade slopes of levee to a specified profile. - Excavate for a toe trench to replace/reconstruct the levee toe. This work will occur in-water for approximately 50% of the levee length. - Place levee fill material in lifts. Compact levee fill to specification standards with compaction equipment. - Mix new riprap with old material, placing rock individually on levee profile and toe to ensure rock is properly keyed. - Work will focus on the Gros Ventre River Levees, as well as the Walton, Morgan, and Federal Extension Levees on the Snake River. - Contract will have the ability to mobilize contractor to repair localized levee damages resulting from spring flows, in the same year of occurrence, in order to ensure levee integrity prior to the next spring runoff. Some of the work will be performed in the water by excavators in Class I and Class II waters. In these locations where the River is immediately adjacent to the levee, only the bucket of the excavator will enter the water. Waters of this region of the Snake River routinely exceed 10 feet/second in velocity. Work must be completed by 15 November of a typical year, due to the onset of winter and hence the necessity for the contractor to shut down. 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 an Activity Hazard Analyses, for each phase of work that complies 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 3-years of experience in construction safety on similar projects, and shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »