SOURCES SOUGHT
Z -- Mt. St. Helens Sediment Retention Structure 2nd Crest Raise
- Notice Date
- 6/4/2025 2:24:56 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N25BA007
- Response Due
- 6/18/2025 3:00:00 PM
- Archive Date
- 07/03/2025
- Point of Contact
- Andrew Sprys, Cory Pfenning
- E-Mail Address
-
andrew.j.sprys@usace.army.mil, cory.r.pfenning@usace.army.mil
(andrew.j.sprys@usace.army.mil, cory.r.pfenning@usace.army.mil)
- Description
- General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: NAICS Code 237990, �Other Heavy and Civil Engineering Construction�. The related size standard is $45M. Federal Service Code: Z2PZ Repair or Alteration of Other Non-Building Facilities. Formal Sources Sought Response Due � 18 JUN 2025 at 3:00 pm PDT. Description of Requirement: The project purpose is to The U.S. Army Corps of Engineers, Portland District, has a requirement to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package Project Background. The Sediment Retention Structure was constructed in the Late 80's to store the sediment coming off the avalanche area so that the sediment does not flow down to the low Cowlitz River. The main objective for the project is to keep the level of Protection on the levee systems from Castle Rock to Lexington. There has already been one crest raise in 2012 and this will be the second of three planned crest raises. The project purpose is to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package. The work will be located at the Sediment Retention Structure on the North Fork Toutle River in Cowlitz County, Washington, off of Highway 504. Contractor access to the work site will be from gravel access roads on the dam site, the gravel roadway on top of the embankment dam, the top of the concrete outlet works structure, and a paved roadway on the spillway approach pier west of the existing spillway crest. Purpose: The project purpose is to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package. The work will be located at the Sediment Retention Structure on the North Fork Toutle River in Cowlitz County, Washington, off of Highway 504. Contractor access to the work site will be from gravel access roads on the dam site, the gravel roadway on top of the embankment dam, the top of the concrete outlet works structure, and a paved roadway on the spillway approach pier west of the existing spillway crest Anticipated Construction Schedule: CENWP intends to advertise (08/2025) and award (10/2025) Construction Contract with estimated construction completion by the end of calendar year 05/2028. Estimated Construction Cost (ECC): The current ECC is between $25,000,000 and $100,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. Number and Type of Contracts: NWP contemplates awarding a Firm-Fixed Price Construction Contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels. Anticipated Procurement Method: Invitation for Bid (IFB) Questions for Industry IAW FAR 22.5, UAI 5122.5 and UDG 5122.503-2: a) Do you have knowledge that a Project Labor Agreement (PLA) has been used in the local area on projects of this kind? If so, please provide supporting documentation. b) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. c) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. d) Identify specific reasons why or how you believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. e) Identify specific reasons why you do not believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. f) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. g) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. NOTES: No similar projects have been solicited in the last 5yrs and no project that has similar features of work that has a similar dollar threshold and required the consideration for PLA This project was approved for full funding in FY25 Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � W9127N25BA007. Please email to Cory Pfenning, Contracting Officer, at Cory.R.Pfenning@usace.army.mil and Contract Specialist, at Andrew.J.Sprys@usace.army.mil before 3:00 pm Pacific Daylight Time on 18 June 2025. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), (List the critical elements required) project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60312be842264b08860379e58d064360/view)
- Place of Performance
- Address: Longview, WA 98632, USA
- Zip Code: 98632
- Country: USA
- Zip Code: 98632
- Record
- SN07466387-F 20250606/250604230053 (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 |