Similar Projects
Westerra Homes Phases C & D
Infrastructure
Conception
Sequim, WA 98382

Traffic Signal Interconnect/Preemption - TR1399 - City of Port Angeles
Infrastructure
Conception
$660,000 CJ est. value
Port Angeles, WA 98362

US 101 / Leland Creek and Unnamed Tribs - Remove Fish Barriers
Infrastructure
Design
$9,527,000 CJ est. value
Port Angeles, WA 98363

RFQ D/B - I-405, Northeast 85th Street Interchange and Inline BRT Station Project
Infrastructure
Bidding
$210,000,000 CJ est. value
Kirkland, WA 98033

RFQ D/B - I-405, Northeast 85th Street Interchange and Inline BRT Station Project
Infrastructure
Bidding
$210,000,000 CJ est. value
Kirkland, WA 98033

Francis Street ADA Improvements
Infrastructure
Post-Bid
$250,000 to $450,000 est. value
Port Angeles, WA 98362

Dungeness River Railroad Trestle Replacement
Infrastructure
Post-Bid
Sequim, WA 98382

Engineering Services for North Sound to Olympics (STO) Trail Planning Study
Infrastructure
Results
Less than $343,000 est. value

Sequim-Dungeness Way and Woodcock Road
Infrastructure
Results
$900,000 to $1,000,000 est. value
Sequim, WA 98382

Rehabilitate Parking Area, Ruby Beach, Olympic National Park
Infrastructure
Construction
$772,030 CJ est. value
Port Angeles, WA 98362

Rehabilitate Parking Area, Ruby Beach, Olympic National Park
Infrastructure
Construction
$772,030 CJ est. value
Port Angeles, WA 98362

"I" Street Chip Seal (5th To 16th Street) - TR0518 - City of Port Angeles
Infrastructure
Conception
$350,000 CJ est. value
Port Angeles, WA 98363

RFQ D/B - US 101/SR 116 North Olympic Peninsula - Remove Fish Barriers
Infrastructure
Bidding
$105,000,000 CJ est. value
Port Angeles, WA 98363

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

Countywide Overlay Project
Infrastructure
Results
$350,000 to $450,000 est. value
Port Angeles, WA

Last Updated 09/06/2022 06:35 AM
Project Title

RFQ D/B - Design-Build Barrier Weir and Fish Ladder Modifications / Tsoo Yess River Barrier and Fish Passage Project

Physical Address View project details and contacts
City, State (County) Clallam Bay, WA 98326   (Clallam County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Dam/Tunnel, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Design-Build Firm to Subcontract, Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $3,729,200 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 01, 2022 Contract Award Number: 140F0322C0023 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: JZ1DRMQ8EN49 Contractor Awarded Name: M.J. HUGHES CONSTRUCTION, INC. Contractor Awarded Address: Vancouver, WA 98662-1345 USA Base and All Options Value (Total Contract Value): $3729200 The U.S. Fish & Wildlife Service (USFWS) Joint Administrative Operations, Acquisition and Property Operations, Construction / A&E Operations located at 911 NE 11th Ave. Portland, OR 97232 has a requirement for one firm fixed price design-build construction contract for development of construction drawings and specifications, selective demolition, and construction of a barrier weir and fish ladder modifications. The magnitude of this project is between $1,000,000 and $5,000,000. The NAICS code for this acquisition is 238990 and the small business size standard is $39.5 Million. The basis of award will be the best value to the Government utilizing the Tradeoff process in accordance with FAR 15.101. Two-Phase Design-Build Procedures of FAR 36.3 will be used. The technical evaluation factors for Phase I are Technical Capability, Past Experience and Past Performance. Following evaluation of Phase I, selected contractors will be invited to submit Phase II proposals. Award is expected to be made around 08/01/2022. The performance period for this contract is expected to require work to begin within 10 days following the Notice to Proceed and be complete around December 31 ,2023. This acquisition is a TOTAL SMALL BUSINESS SET ASIDE. All responsible small business sources may submit a proposal which shall be considered by the agency. To be considered for award, interested contractors must be registered in the System for Award Management (https://www.sam.gov). Solicitation attachments can be found at: GENERAL. This is a Request For Proposal (RFP). An award notice will be posted on Government Point of Entry (GPE) at sam.gov upon award. The award notice will include the awardee's name and address and total award amount. L.1.1 CHECKLIST. In order for an offeror to be considered for award, the offeror shall submit ALL of the information listed in the checklist below. Failure to submit all of the required information prior to the closing date of the solcitiation (Block 8 of the SF 1442) will result in the possibility of offer rejection. L.1.2 Electronic Response. Electronic proposal will ONLY be accepted via email. Electronic copies shall be emailed to Nicholas_koston@fws.gov L.1.3 Requests for Information. Questions regarding this solicitation must be submitted in writing to Nicholas Koston via e-mail to nicholas_koston@fws.gov by May 16, 2022 at 10:00 AM Pacific Time L.2.0 PROPOSAL INSTRUCTIONS. The Phase I proposal due date is May 25, 2022 at 10:00 AM Pacific Time. No Price information shall be submitted for Phase I. The Phase II proposal due date will be disclosed to offerors selected for participation in Phase II following the Phase I evaluation. L.2.1 FORMAT AND CONTENT OF PHASE I TECHNICAL PROPOSAL. There are three (3) non-price/cost evaluation factors for Phase I. The proposasl shall be submitted on 8.5 by 11 inch pages. The proposal must be submitted in either MS Word or PDF format in 11 point legible font or larger. The proposal shall be organized by evaluation factors and shall not contain any price information. The Offeror shall complete and submit all applicable Representations, Certifications, and Other Statements of Offerors. In accordance with FAR 4.1201, representations and certifications shall be submitted to the System for Award Management (www.sam.gov) and updated at least annually to ensure they are kept current, accurate, and complete. The Offeror shall submit the completed Standard Form 1442 and all acknowledged amendments, if any. Include SAM UEI. *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, Earthwork Methods, Shoring, Tunneling and Mining, Tunnel Excavation.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
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