Wyoming Bids > Bid Detail

JACKSON LEVEE CULVERT REPAIR AND REPLACEMENT

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159250950867561
Posted Date: Jan 11, 2024
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/8cdb62fa96...
Follow
JACKSON LEVEE CULVERT REPAIR AND REPLACEMENT
Active
Contract Opportunity
Notice ID
W912EF24RSS12
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 11, 2024 09:46 am PST
  • Original Response Date: Jan 26, 2024 04:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Jackson , WY 83001
    USA
Description

The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled Jackson Levee Culvert Repair and Replacement Contract. The work is located in Teton County, Wyoming. This will be a firm-fixed price construction contract. Construction magnitude is estimated to be between $500,000 and $1,000,000. The period of performance is 4 months. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $45,000,000.00.



This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement.



Please provide the following:



1) A capability statement expressing interest in this requirement, describing your company and its’ capability to complete a project of this magnitude and complexity. 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.



2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value, and a point of contact name, phone number and email address for the contracting organization.



3) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), small business).



4) A statement of your firm's bonding capacity.



5).A statement of excavators 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 dump trucks equipped with high-lift gates or rock lips and licensed highway legal. Hydraulic excavators should have a minimum flywheel horsepower of 170 hp, with a boom length of 22 feet, and equipped with a thumb.



Submit this information to Sean Molina, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or via email to sean.molina@usace.army.mil. Your response to this notice must be received, via email, on or before 4:00PM pt on January 26, 2024.



This project is to remove and replace unserviceable or damaged culverts within the different levees of the Jackson Project Levees. Culverts to be removed are composed of corrugated metal pipe (CMP). Culverts to be installed in place of the deficient culverts will consist of High Density Polyethylene (HDPE) pipe or CMP. At two locations, the contractor will be required to install new concrete headwalls, either prefabricated or cast-in-place. At other locations, the contractor will use the existing headwall by grouting the new pipe into the existing headwall. The project levees are located in Teton County, Wyoming, near the town of Jackson. The project consists of 28 levees (33 miles total), 48 levee access roads, and 5 riprap stockpile sites.



The contractor selected to perform this work will be required to perform work to include:



-Excavate, remove, and dispose of existing CMP culverts.



-Load and transport government furnished riprap to worksites from Project Stockpiles. Rock weighs up to 3000 pounds.



-Install new HDPE or CMP culverts at a specified invert elevation. Compact graded fill around the new culvert to ensure integrity of the culvert for the passage of water.



-Place levee fill material in lifts to return the levee to original grades and dimensions. Compact levee fill to specification standards with compaction equipment.



-Install prefabricated concrete headwall(s) approved by the Government as required to ensure the culvert invert elevation meets contract requirements. Alternatively, the contractor may construct cast-in-place headwalls per contract design.



-Unwater construction sites as necessary to ensure compliance with clean water standards and ability to achieve design compaction requirements.



-Grout headwalls as needed at culvert penetrations to ensure levee integrity during high river flow conditions. At locations where culverts are to be permanently removed, seal holes in headwalls left by the removed culvert with concrete supported by structural steel.



-Remove, repair as needed, and reinstall lift gates attached to concrete headwalls. These lift gates are used to control flow through the culvert(s).



Some of the work will be performed in the water by excavators. 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.



This project 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.





Contracting Office Address:



USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876



Place of Performance:



Teton County, Wyoming


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 11, 2024 09:46 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >