Similar Projects
Gaffin Road SE Improvements - 0000253 - City of Salem
Infrastructure
Conception
$2,900,000 CJ est. value
Salem, OR 97317

West Salem Wastewater Pump Station Improvements - 0001063 - City of Salem
Renovation, Infrastructure
Conception
$22,510,140 CJ est. value
Salem, OR 97301

South Baker Intermediate School: Bus Loop
Infrastructure
Design
$140,000 CJ est. value
Baker City, OR 97814

RFP D/B - Progressive Design-Build Services - Gladstone Public Works Building
New Construction, Infrastructure
Design
$4,400,000 CJ est. value
Gladstone, OR 97027

Willamette Falls Locks (WFL) Seismic and Safety Upgrades
Infrastructure
Bidding
$10,000,000 CJ est. value
Oregon City, OR 97045

Willamette Falls Locks (WFL) Seismic and Safety Upgrades
Infrastructure
Bidding
$10,000,000 CJ est. value
Oregon City, OR 97045

Ecola Ridge Young Stand Thinning
Alteration
Post-Bid
Cannon Beach, OR 97110

Dpt Drilling Services In Portland
Infrastructure
Post-Bid
Portland, OR

Big Creek Hatchery Residence Replacement Site Work
Infrastructure
Results
$40,000 to $45,000 est. value
Astoria, OR 97103

I-84: Corbett Interchange-Multnomah Falls Section of the Columbia River Highway (Rt. No. I-84)
Infrastructure
Results
$100,000 to $500,000 est. value
Corbett, OR

162nd Avenue Residential Care Facility
New Construction, Infrastructure - 26,508 SF
Pending Verification
$6,000,000 CJ est. value
Happy Valley, OR 97086

Oregon Museum of Science and Industry Mixed-Use / Portland
New Construction, Renovation, Infrastructure
Pending Verification
$500,000,000 CJ est. value
Portland, OR 97214

Stewart Street and Lamberson Street Lateral Relocation - 0000385 - City of Salem
Infrastructure
Conception
$776,230 CJ est. value
Salem, OR 97301

RFP Construction Manager - Gateway Center New Construction
New Construction, Infrastructure
Design
$1,807,500 CJ est. value
Portland, OR 97201

I-205 - Stafford Rd to OR213 Corridor Road Widening
Infrastructure
Bidding
$600,000 CJ est. value
Portland, OR 97220

Last Updated 08/22/2022 08:02 AM
Project Title

RFQ Contractor - Bonneville Spillway Rock Removal FY23

Physical Address View project details and contacts
City, State (County) Cascade Locks, OR 97014   (Hood River County)
Category(s) Heavy and Highway
Sub-Category(s) Dam/Tunnel, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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) has been tasked to solicit a contract for the Bonneville Spillway Rock Removal located at the Bonneville Dam Project, Skamania County, WA. The proposed project will be a competitive, firm-fixed price (FFP) construction contract through Invitation for Bid (IFB). Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The official Synopsis citing this solicitation number will be issued on the beta.SAM.gov website, https://beta.sam.gov/, in the November 2022 timeframe. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must 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): 237990 The size standard: $39.5M Federal Service Code: Z1KA 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 Description. The U.S. Army Corps of Engineers, Portland District, has a requirement for Rock Removal located at the Bonneville Dam Project, Skamania County, WA. The proposed work involves: Rock Removal Approximations a. Bay 2: 2-5 Cubic yards b. Apron in front of Bay 2: 5-15 Cubic yards c. Bay 17: 20-30 Cubic yards d. Apron in front of Bay 17: 180-225 Cubic yards Contract duration is estimated at 14 calendar days. The estimated Magnitude of Construction for this project is between $500,000 and $1,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email). SUBJECT: PANNWD-22-P-0000 005451 Bonneville Spillway Rock Removal. Please send to Andrea Smothers, Contract Specialist, at andrea.k.smothers@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Friday, August 19, 2022. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. 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 DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and 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. Where is the firm currently located Where would the Firm be mobilizing from Does the Firm have local equipment sufficient for this work d. Provide a maximum of two projects similar in size, scope and complexity with a brief description of each project.. 6. 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 in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. 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 02 - Existing Conditions, Subsurface Investigation.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Subgrade Preparation, Excavation, Shoring, Tunneling and Mining, Tunnel Excavation.
Division 35 - Waterway and Marine Construction, Dam 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