Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912EF19Q0097
Construction project entitled: Mill Creek - Russell Creek Diffusion Wall Repair. The work is located at the Mill Creek project in Walla Walla, Washington. This will be a firm-fixed-price Construction ...
Construction project entitled: Mill Creek - Russell Creek Diffusion Wall Repair. The work is located at the Mill Creek project in Walla Walla, Washington. This will be a firm-fixed-price Construction contract. The North American Industry Classification System (NAICS) code for this project is 238110 Poured Concrete Foundation and Structure Contractors and the associated small business size standard is $16.5 million. The magnitude of Construction is estimated to be between $100,000 and $250,000. Performance and Payment bonds will be required. Summary of Scope of Work: This project involves the removal and replacement of reinforced earth-retaining and slab-on-grade concrete structures in the Russell Creek outlet canal. The right wall at the lower valve house has failed by falling into the channel and the left wall has deflected such that it is no longer stable. The contractor shall perform the following tasks: A) Remove the reinforced concrete wall and floor segment enclosed within the dashed rectangles shown in figures 1 and 2 from the channel. The right retaining wall (when looking downstream) has fallen into channel. B) Remove rock, sediment, and vegetation out of the channel for 200 feet downstream of valve house. C) Construct new cast-in-place left and right reinforced concrete walls and floor slab. The replacement earth retaining walls will maintain the original water surface profile but with thicker sections. The wall elevations are not expected to change from the original design shown in figures 1 and 2. The estimated wall and slab thickness is 18-inches. Note the right wall embankment rises approximately 20 feet above the top of wall. The left wall embankment is approximately level with the top of wall elevation shown in figures 1 and 2. D) Repair the drain located in the channel floor slab between STA. 0+00 and STA. 0+25 and shown in Figure 3. On-site work will be November 2019 - January 2020. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Solicitation Number W912EF19Q0097 is a Request for Quotes. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual proposal closing date. The bid closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately one week after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Karlyn.K.Graves@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.