Washington Bids > Bid Detail

476695 Wyckoff Debris Removal & Wall Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159771028767455
Posted Date: Oct 11, 2022
Due Date: Oct 17, 2022
Solicitation No: W912DW23WYCKOFFWALL
Source: https://sam.gov/opp/31d0f28722...
Follow
476695 Wyckoff Debris Removal & Wall Replacement
Active
Contract Opportunity
Notice ID
W912DW23WYCKOFFWALL
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 SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 11, 2022 08:31 am PDT
  • Original Published Date: Oct 06, 2022 03:06 pm PDT
  • Updated Response Date: Oct 17, 2022 01:00 pm PDT
  • Original Response Date: Oct 17, 2022 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Bainbridge Island , WA
    USA
Description View Changes



THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.





US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: “Wyckoff Debris Removal & Wall Replacement at Bainbridge Island, WA.”





Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be in the range of $25,000,000 and $100,000,000. 100 percent payment and performance bonds will be required.





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 $39,500,000 in average annual receipts.





This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only.





THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.





NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government.





SUMMARY DESCRIPTION OF PROPOSED PROJECT:





The 476695 Wyckoff Debris Removal and Wall Replacement is a construction project to replace a failing sheet pile wall at an U.S. Environmental Protection Agency (EPA) superfund site located on Bainbridge Island, Washington. The major components of the wall replacement include a subsurface reinforced soil-mix wall installed using the cutter soil mix (CSM) method; ground improvements using In-Situ Soil Stabilization (ISS) to improve wall stability and reduce loads on the CSM wall or sheet pile wall; and an upper, un-coupled, precast wall along the entire site perimeter. Installation of this replacement wall will require removal of subsurface debris such as old bulkheads, riprap, foundations, and backfill material in the areas to be disturbed. Historically Wyckoff was a wood treatment facility. Over this period of operation, the soil and groundwater at Wyckoff became severely contaminated with creosote products, pentachlorophenol (PCP), and diesel which was used as a carrier fluid for PCP based wood treating oils. Creosote and diesel fuel remnants can be found as Non-Aqueous Phase Liquids (NAPL) in soil and sediment at the site.





SUBMITTAL REQUIREMENTS:





Interested firms should submit a capabilities package limited to ten (10) pages (Exclude Joint Venture and Bonding information from page count) and include the following:





1. Firm’s name, address (mailing and URL), point of contact, phone number and email address.





2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business).





3. Three to five examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information:





a. A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project.



b. Evidence of demonstrated experience with the construction of similar construction projects in function, size, and complexity at or near waterways (>300 meters).



c. Evidence of demonstrated experience with construction of soil-cement cutoff walls or in-situ soil mixing similar function, size, and complexity (>300 meters).



d. Evidence of demonstrated experience with construction projects on sites with highly contaminated soil and groundwater.





4. Of the total summary Description of Proposed Project:





a. Do you believe all aspects of the project could be performed by the small business sector? Yes No





b. As a large business / small business, what estimated percentage of the TOTAL project would you self-perform? ____%





c. Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to team or subcontract any work.





d. What do you think can be subcontracted out to small business?





Small Business (SB) ____%



Small Disadvantage Business (SDB) ____%



Woman-Owned SB (WOSB) ____%



Veteran-Owned SB (VOSB) ____%



Service-Disabled VOSB (SDVOSB) ____%



Historically Underutilized Business Zone (HUBZone) ____%





e. CAGE code and Unique Entity ID number of your firm.





f. Firm’s Joint Venture Information, if applicable.





g. Bonding Information:





h. Provide the following, on the Bonding Company’s letterhead:






  • Bonding Limits: (a) Single Bond (b) Aggregate





Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence.





Note: The official Synopsis citing a solicitation number will ONLY be issued on SAM.gov (100% free Official U.S. Government Website) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued.





PLEASE SUBMIT TO:





Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 17 October 2022. Submit responses to the attention of John Scola, Contract Specialist at john.p.scola@usace.army.mil.





All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.



The type of set-aside for this project is undetermined at this time. We encourage all qualified and interested firms to submit responses to this sources sought notice for market research purposes.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >