The RFP Database
New business relationships start here

Wyckoff Road Construction, Bainbridge Island, Washington


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought to conduct market research for developing a procurement strategy for an upcoming requirement for a Design-Bid-Build construction contract to build a road for the Wyckoff/Eagle Harbor Superfund Site on Bainbridge Island, Kitsap County, Washington.

THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the response(s) to this notice, and if the Government still plans to proceed with the acquisition, we expect to issue a separate solicitation announcement in Federal Business Opportunities (www.fbo.gov). Responses to this Sources Sought will not be used as adequate responses to any future solicitation announcement.


This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. The North American Industry Classification System (NAICS) Code for this project is 237310 with a small business size standard of $36.5M. Note for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $36.5 million.


PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) - Seattle District has been tasked with design and construction of access road improvements for the Wyckoff/Eagle Harbor Superfund Site on Bainbridge Island, Kitsap County, Washington. As part of the 2018 Record of Decision Amendment (RODA), EPA elected to improve the site access road for construction of future remedial activities. The roadway improvements will reduce the steep grade over a portion of the road and straighten a sharp curve to allow transport of large construction equipment and materials to the work area. The City of Bainbridge Island owns the property where the access road improvements will be constructed.


The road design consists of approximately 750' of paved roadway. The typical road section will be 20' wide with 3' gravel shoulders and an armored drainage ditch on the downhill side. The road will require cut and fill earthwork to meet the final grades. The average road grade is 12% leading down to a small turnaround and the Wyckoff Superfund Site. This work will be completed outside of the Wyckoff facility and does not contain contaminated soils. Access down the road will need to be maintained through the duration of construction to facilitate access to the Wyckoff facility. There are Water, Power, and Communication utilities present on the site that will either need to be protected or relocated.


The magnitude of this construction project is between $1,000,000 and $5,000,000.


SUBMISSION REQUIREMENTS
Interested firms should submit a capabilities package limited to five (5) pages and include the following:
1. Firm's name, address (mailing and URL), point of contact, phone number, small business classification (if applicable), and email address.
2. Examples of past projects as the Prime Contractor similar to the scope above.
a. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last six years. Examples should include the following information:
i. Evidence of demonstrated experience with the construction of roads of similar function, size, and complexity; and
ii. A description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of each project.
3. CAGE code and DUNS number of your firm.
4. Firm's Joint Venture Information, if applicable.
5. Bonding Limits: (1) Single Bond, (2) Aggregate.


NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT.



Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors.


Responses to the Sources Sought notice should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Wednesday, 23 January 2019. The responses should be forwarded to the attention of Lorraine Laurente, Contract Specialist, by email: lorraine.q.laurente@usace.army.mil. NOTE: Email size is limited to 20MB.


Lorraine Laurente, Contract Specialist, Email lorraine.q.laurente@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP