Idaho Bids > Bid Detail

Albeni Falls Dam - Priest River - Paving Project

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159170898900269
Posted Date: Jun 5, 2023
Due Date: Jun 13, 2023
Solicitation No: W912DW23R0WCK
Source: https://sam.gov/opp/a7d8504f44...
Follow
Albeni Falls Dam - Priest River - Paving Project
Active
Contract Opportunity
Notice ID
W912DW23R0WCK
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: Jun 05, 2023 02:53 pm PDT
  • Original Published Date: May 08, 2023 10:52 am PDT
  • Updated Response Date: Jun 13, 2023 02:00 pm PDT
  • Original Response Date: Feb 22, 2023 02:00 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 28, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Priest River , ID 83856
    USA
Description

The Army Corps of Engineers – Seattle District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Albeni Falls Dam Priest River Recreational Area Paving Project. Within the Priest River Recreation Area, there are several sections of road that have failed significantly with damages including: alligatoring, slumping, longitudinal and transverse cracking, and root damage. Due to the fact that over 30% of the entire road surface has failed and the rest meets minimal standards, we will be replacing the entire road structure. The total square footage of currently paved surfaces that need to be removed and replaced in the Priest River Recreation Area equals ~107,000 sq ft. All construction will meet Idaho Department of Transportation (ITD) specifications.





The Priest River Recreation Area will require the contractor to: (1) Remove the old road, base and obstructions beneath, such as roots, which are currently damaged (specified in Figure 1 below); (2) Rebuild the grade and slope the road appropriately and prepare the subbase according to ITD standards; (3) Apply bituminous material for the tack coat; (5) Apply bituminous material for the prime coat; (6) In accordance with ITD standards, install new asphalt surface with appropriate butt joints and transitions; (7) Roll and compact the surface thoroughly and uniformly; (8) Conduct the necessary checks to ensure the grade and smoothness requirements are met in accordance with ITD.



The intention is to procure these services on a competitive basis



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





MAGNITUDE OF CONSTRUCTION



Between $500,000.00 and $1,000,000.00





ELIGIBILITY





The applicable NAICS code for this requirement is 237310 with a Small Business Size Standard of $45,000,000.00. The Product Service Code is Y1LB. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





PLACE OF PERFORMANCE





Location -Priest River Recreation Area, ID



100% On-Site Government



DISCLAIMER





“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”







REQUIREMENTS ADMINISTRATIVE INFORMATION





The Contractor shall provide Project Management, Capable of Full Replacement of Road and Parking Area in support of the areas specified in the Priest River Recreational Area.





If your organization has the potential capacity to perform these contruction services, please provide the following information:






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

  2. CAGE code and UEI.

  3. Firm's interest in bidding on the solicitation, if issued.

  4. Business Classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, or Other Than Small Business (Large Business).

  5. Firm's joint venture information (if applicable).

  6. Bonding information (provide bonding limits on the bonding company's letterhead):

    1. Single bond

    2. Aggregate

    3. Point of contact for the bonding company



  7. Please complete and return the attached questionnaire regarding Small Business subcontracting goals if responding as an Other Than Small Business (Large Business).

  8. What type of work has your company performed in the past in support of the same or similar requirement?



9. Can or has your company managed a task of this nature? If so, please provide details.



10. Can or has your company managed a team of subcontractors before? If so, provide details.



11. What specific technical skills does your company possess which ensure capability to perform the tasks?



12. Submit at least three, but not more than five, project examples demonstrating relevant experience in paving projects like the scope of work described above. Provide a customer point of contact including name, phone number, and email address with each project example or a list of your firm’s current or past performance. Submitted projects must be similar in price to the magnitude of construction stated above.





All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement.





The estimated period of performance consists of 90 days with performance commencing in (TBD). Specifics regarding the number of option periods will be provided in the solicitation.





The contract type is anticipated to be Firm Fixed Price.





The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Davis Bacon Act.





Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Charles Idle, in either Microsoft Word or Portable Document Format (PDF), via email charles.d.idle@usace.army.mil and to our small business specialist enshane.nomoto@usace.army.mil.





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





No phone calls will be accepted.





All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.




Attachments/Links
Attachments
Document File Size Access Updated Date
Small Business Participation Goals.docx (opens in new window)
16 KB
Public
May 08, 2023
Pictures.docx (opens in new window)
1 MB
Public
May 08, 2023
file uploads

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 >