Similar Projects
Source Well Improvements
Infrastructure
Bidding
$5,000,000 CJ est. value
Grandview, WA 98930

Exit 48 Waterline Extension
Infrastructure
Bidding
$1,700,000 CJ est. value
Castle Rock, WA 98611

Custom PVC Elbow Traps - Value Blanket
Alteration
Post-Bid
Spokane, WA

Ductile Iron Pipe
Alteration
Post-Bid
Everett, WA

Mhr Residential Plumbing
Alteration
Results
Tacoma, WA

Minor Home Repair - Plumbing
Alteration
Results
Tacoma, WA

Residential Plumbing South
Term Contract
Post-Bid
$4,000 est. value
WA

Mechanical and Plumbing On Call Portwide
Alteration
Results
$300,000 est. value
Seattle, WA

Residential Plumbing North
Term Contract
Post-Bid
$7,500 est. value
WA

URGENT Residential Plumbing Repair
Alteration
Results
Spanaway, WA

Structural Leak Joint Sealant and Grouting Repairs Work Order
Alteration
Post-Bid
WA

MHR - Urgent Residential Plumbing Repairs
Alteration
Results
$2,950 est. value
WA

Chief Joseph Dam Spillway Monolith Sealing, Bridgeport, Washington
Renovation, Infrastructure
Post-Bid
$10,000,000 CJ est. value
Bridgeport, WA 98813

Weatherization Residential Insulation 8550
Alteration
Results
Eatonville, WA

Mechanical MATOC
Term Contract
Post-Bid
$2,000 to $500,000 est. value
WA

Last Updated 01/27/2023 02:06 AM
Project Title

Mount Saint Helens Sediment Retention Structure Crest Raise

Physical Address View project details and contacts
City, State (County) Toutle, WA 98649   (Cowlitz County)
Category(s) Single Trades
Sub-Category(s) Plumbing
Contracting Method Competitive Bids
Project Status Construction start expected January 2023 , Construction documents
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

As per the Owner the project has been cancelled. Editorial Content Team is actively seeking updated information Effective 25 Jan 2023 this solicitation is cancelled in its entirety. Project Title: Mount Saint Helens Sediment Retention Structure Crest Raise Location: Toutle, Washington Magnitude of Construction: Betw een $10,000,000 and $25,000,000 Socio-Economic Considerations: Unrestricted, Full and Open Competition PROJECT BACKGROUND AND OBJECTIVES. The U. S. Army Corps of Engineers (USACE), Portland District, requires a contractor to perform a second crest raise at the Sediment Retention Structure (SRS) on the Toutle River flowing down from the slopes of Mount Saint Helens (MSH). 2. ACQUISITION STRATEGY This is an unrestricted competitive acquisition using Best Value Tradeoff (BVTO) source selection procedures. The magnitude of construction is between $10,000,000 and $25,000,000. The NAICS Code for this acquisition is 237990, Other Heavy and Civil Engineering Construction. The small business size standard is $39.5 million. The PSC Code is Z2PZ, Repair or Alteration of Other Non-Building Facilities. Market Research was completed on 08 March 2022. BASIS FOR AWARD. A. General. (1) This is an unrestricted competitive acquisition using Best Value Tradeoff (BVTO) source selection procedures. The Government intends to award a single, firm-fixed price construction contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the evaluation factors in the solicitation. Offerors shall submit a technical proposal and a price proposal. The evaluation results of the non-price and price proposals will determine an awardee. All non-price factors are approximately equal in importance. All non-price evaluation factors other than price, when combined, are significantly more important than price. (2) The Government intends to make an award without discussions but reserves the right to conduct discussions should discussions prove to be necessary or advantageous to the Government. Because the Government does not intend to hold discussions, offerors are encouraged to include their best pricing in their initial proposal. (3) All proposals received will stand alone and be considered complete and final. The Government will not consider any information or data incorporated by reference or otherwise referred to. The successful offeror will be selected solely on the basis of the evaluation factors set forth below. Elaborate proposals, color brochures, and other excesses are discouraged. (4) Joint Ventures (JV). A joint venture is defined as follows: a legal business entity formed between two or more companies (parties) to undertake the performance activities of a contract together. This does not include other arrangements such as "teaming agreements" or "strategic alliance" which are not recognized as bona fide joint ventures for the purposes of this solicitation. A company that is part of a joint venture shall submit a legally binding joint venture agreement. Joint ventures shall include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the joint venture with the chief executive of each entity identified. If submitting a proposal as a joint venture, the experience and past performance of each of the joint venture partners can be submitted for the joint venture entity. The experience for each joint venture partner will be considered the experience of the joint venture entity. Page and project form limits apply to the joint venture as a whole. Prospective offerors that submit proposals may not change their firm (including Letters of Commitment (LOC) and proposed subcontractors) or their Joint Venture firms, if selected to submit Final Proposal Revisions (FPR). (5) The successful offeror will be selected solely on the basis of the evaluation factors set forth below. Accordingly, proposals submitted in response to this solicitation should provide clear, complete, concise, and straightforward responses to the evaluation factors. The offeror's technical proposal will be incorporated into the awarded contract. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) - ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than: FINAL CONSTRUCTION COMPLETION DATE: 31 DECEMBER 2023 CONTRACT END DATE: 30 MAY 2024 TEST SECTION COMPLETED: 21 JULY 2023 The time stated for FINAL CONSTRUCTION COMPLETION DATE includes physical completion of all site work, site cleanup, and demobilization. The completion date is based on the assumption that the successful offeror will receive the notice to proceed ten (10) days after contract award. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. *Note: The completion date cannot be extended due to rigid in-water/seasonal work windows *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 22 - Plumbing, Common Work Results for Plumbing.

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