Similar Projects
Site work for a golf course in Laurel, Maryland.
Infrastructure
Conception
$831,000 CJ est. value
Longview, WA 98632

46th Avenue Construction - City of Longview
Demolition, New Construction, Infrastructure
Conception
$3,650,000 CJ est. value
Longview, WA 98632

SR 504/N Fork Toutle River Kid Valley Bridge - Repair Girders
Infrastructure, Renovation
Design
$2,361,000 CJ est. value
Toutle, WA 98649

I-5/SB Toutle River Bridge - Painting
Renovation, Infrastructure
Design
$4,085,000 CJ est. value
Castle Rock, WA 98611

Lummi Nation Seapond Dike Repair and Armoring
Infrastructure
Post-Bid
Bellingham, WA

Western Washington University Electrical Engineering & Computer Science Building
Term Contract
Post-Bid

Thorndyke Road MP 4.71 Culvert Replacement
Infrastructure
Results
$1,656,400 est. value

2022 Levee Maintenance Project
Infrastructure
Results
$200,000 est. value
Kelso, WA

Waterfront Condominiums
New Construction, Infrastructure
Pending Verification
$15,500,000 CJ est. value
Woodland, WA 98674

Madrona Avenue Water Main Replacements - City of Longview
Infrastructure
Conception
$550,000 CJ est. value
Longview, WA 98632

Beacon Hill Reservoir
Infrastructure
Design
$300,000 CJ est. value
Kelso, WA 98626

Stewart Field New Restroom Building
New Construction, Infrastructure - 2,385 SF
Post-Bid
Aberdeen, WA 98520

Lower Columbia College - Water Line Replacement - Vancouver
Infrastructure
Results
$72,000 CJ est. value
Longview, WA 98632

North Kelso-Pacific-Redpath to Dirk - W-10 - City of Kelso
Infrastructure
Conception
$1,250,000 CJ est. value
Kelso, WA 98626

SR 432/Washington Way Signal Replacement
Infrastructure
Design
$1,008,000 CJ est. value
Kelso, WA 98626

Last Updated 04/28/2023 05:09 PM
Project Title

RFQ Contractor - Mount St. Helens SRS Crest Raise

Physical Address View project details and contacts
City, State (County) Toutle, WA 98649   (Cowlitz County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Shoreline/Erosion/Drainage, Site Development, Storm/Sewers
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The estimated magnitude of construction for this project is between $10,000,000.00 and $25,000.000.00 1. 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. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is going to solicit a contract for the Crest Raise at the Sediment Retention Structure (SRS) on the North Fork Toutle River in Cowlitz County, Washington. The proposed project will be a Firm-Fixed Price (FFP) contract. Responses to this sources sought announcement will be used by the government to determine the acquisition strategy. Additional details regarding the project background and description of the work can be found in section 4 of this sources sought. This sources sought is to gain knowledge of the interest, capabilities, and qualifications of the members of the industry. All interested parties are encouraged to respond. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The contractor is invited demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of two projects will be accepted for review. Note: The government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 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. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. 4. 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. (See document A.02 Div 01 Mt. St. Helens Crest Raise (MSHCR)). 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. The estimated magnitude of construction for this project is more than $10,000,000.00 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N23SS2194 Mount St. Helens SRS Crest Raise - Please send to Andrew Sprys, Contract Specialist, at Andrew.J.Sprys@usace.army.mil by 1:00 pm Pacific Daylight Time Thursday, 11 May 2023. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. A firm's response to this sources sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and EIN number, and the construction bonding level per contract. b. Firm's business category and business size: Large Business, Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the firm's experience/capabilities as it pertains to the proposed work outlined in the project description. d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The government may verify information in CPARS or PPIRS. 5. 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 qualifications 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. After a review of the responses, a solicitation may be published at https://sam.gov/content/home However, responses to this notice are not adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://sam.gov/content/home and remain current for the duration of the contract to be eligible for award of a government contract. Contracting Office Address: Attn: CECT-NWP PO Box 2946 Portland, Oregon 97208-2946 United States Place of Performance: Cowlitz County, WA Primary Point of Contact.: Andrew Sprys Andrew.J.Sprys@usace.army.mil Phone: 503-808-4616 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) - ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for-- May 18, 2023 at 10:00 AM PDT. (c) Participants will meet at-- Sediment Dam Road at mile marker 21 on Spirit Lake Highway (WA 504). The nearest community is Kid Valley. Requirements: There will be only one site visit offered. Offerors planning to attend must register for this site visit by sending an email to the following individuals: Andrew Sprys (Andrew.J.Sprys@usace.army.mil) Cory Pfenning (Cory.R.Pfenning@usace.army.mil) Hard hats and steel-toed boots are required. Please observe all posted speed limits while at the project. In order to attend the site visit each individual participant's registration must be received by no later than one week prior to the date and time of the site visit: May 11, 2023 at 1:00 PM PDT. Site visit attendees must provide the following information: Sources Sought Number (W9127N23SS2194) Project Title: Mount St. Helens SRS Crest Raise Name(s) of individual(s) attending site visit Name of Company Phone Number Email Address Are all individuals U.S. Citizens** **Non-U.S. citizens may attend this site visit if they have a valid Foreign Visitor Authorization (FVA). Personally Identifiable Information will be very closely held in accordance with Army policy. Each individual must have picture identification on his/her person while at the project site. There can be no substitutions of one individual for another. If an individual arrives at the site visit without having called ahead of time and/or without picture identification, that individual may not be allowed on the project. Participants of the scheduled site visit must abide by the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1, latest version) in accordance with Section 5, "Personal Protective and Safety Equipment." It is the responsibility of the participants to wear personal protective and safety equipment as required by this regulation. Failure to comply could result in denial of access to site visit location. The method of Contractor Selection has not been Determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Precast Concrete.
Division 31 - Earthwork, Erosion and Sedimentation Controls.
Division 33 - Utilities, Storm Drainage Utilities, Storm Utility Drainage Piping, Storm Utility Water Drains, Ponds and Reservoirs, Storm Drainage Structures.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents