Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2025 SAM #8614
SOURCES SOUGHT

99 -- Yakima Delta 1135 Causeway Removal

Notice Date
6/25/2025 1:09:47 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF25RSS32
 
Response Due
7/9/2025 3:00:00 PM
 
Archive Date
07/24/2025
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802, Chandra D. Crow, Phone: 5095277202
 
E-Mail Address
leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil
(leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil)
 
Description
Yakima Delta 1135 Causeway Removal Sources Sought Notice: W912EF25RSS30 The US Army Corps of Engineers, Walla Walla District is seeking interested sources for a construction project entitled: Yakima Delta 1135 Causeway Removal. 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 $45,000,000.00. Performance and payment bonds will be required. The magnitude of construction is estimated to be between $10,000,000 and $25,000,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the 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). A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, performance period, 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. If any of the experience is that of a subcontractor, please specify that information in your response. Also include in your response answer to the following questions: How much time preparation of site is anticipated before in-water construction start date? Provide a list of your Key Personnel that would be part of the team on this work with in your narrative and what roles they would support during this type of project. B). A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C). Provide a statement of your firm�s business size (Large Business, Small Business, 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). UEI number and Cage Code. Submit this information to LeAnne Walling, Contract Specialist, via email to leanne.r.walling@usace.army.mil and chandra.d.crow@usace.army.mil. Your response to this notice must be received on or before 3:00 p.m. (PST) on 9 July 2025 Summary of Scope of Work: This construction project includes removal of causeway material, selective demolition and removal of existing features, earthwork, concrete, vegetation, and in-water work necessary to restore the aquatic habitat. Earthwork is required to grade, stabilize, and install material along the shoreline. Avoidance of Bateman Island is necessary to minimize impacts to culturally sensitive areas. Material will be hauled offsite to an approved disposal site within 10 miles of construction site. Approximately 30,000 CY of material will require hauling from the causeway removal. See below for 60% design detail. See Attached Sketch titled: Sketch 25RSS30 In-water work window: Dec 1, 2025-Feb 28, 2026 Anticipated Award date is early-mid Dec. 2025 Physical Completion anticipated March 2026 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 Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply 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 5-years� experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor�s operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled �Construction Quality Management for Contractors� 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. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32a85c0c47374f54b00e3f5d8d285b9f/view)
 
Place of Performance
Address: Richland, WA 99352, USA
Zip Code: 99352
Country: USA
 
Record
SN07489435-F 20250627/250625230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.