Memaloose Island Stabilization 2024

Agency: DEPT OF DEFENSE
State: Oregon
Type of Government: Federal
FSC Category:
  • Z - Maintenance, Repair or Alteration of Real Property
NAICS Category:
  • 237990 - Other Heavy and Civil Engineering Construction
Posted Date: Apr 15, 2024
Due Date: May 15, 2024
Solicitation No: W9127N24B0008
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Memaloose Island Stabilization 2024
Active
Contract Opportunity
Notice ID
W9127N24B0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST PORTLAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 15, 2024 10:52 am PDT
  • Original Response Date: May 15, 2024 03:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Hood River , OR
    USA
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.



This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.



Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.



The North American Industrial Classification Code (NAICS) for this requirement is: 237990



The related size standard is: $45M.



Formal Sources Sought Response Due – 15MAY2024 at 3:00 pm PDT.



2. Project Background. The U.S. Army Corps of Engineers, Portland District (Corps) in cooperation with the Bonneville Power Administration, the Confederated Tribes of the Warm Springs Reservation, the Yakama Nation, the Confederated Tribes of the Umatilla Indian Reservation, and the Nez Perce Tribe (together, known as the Wana Pa Koot Koot Cooperating Group) propose to stabilize portions of a historic cemetery. The site is located on Memaloose Island in Wasco County, Oregon at approximately River Mile 178 of the Columbia River. The United States owns the project area and the Corps operates and maintains it as part of the Bonneville Lock and Dam Project. The Corps previously stabilized portions of Memaloose Island in 2011, and also identified new areas of erosion. Cultural artifacts and human remains have since been exposed and are vulnerable to looters.



3. Project Scope. Memaloose Island Stabilization 2024



a.The following information represents the project objectives:



This effort includes stabilization of sands for approximately 7,000 sqft across 6 areas of erosion on Memaloose Island. The stabilization will consist of stacking soil filled bags wrapped with a geogrid in the identified areas of erosion, connecting the stacked bags to one another via double edged spikes, spreading specified seed mix on top of the placed bags, and planting specified plugs between and into the placed bags. Initial watering will be required, but ongoing irrigation will not be required. The work will occur in the fall months to coincide with ideal seeding and planting windows and to take advantage of fall rains. No equipment is permitted on Memaloose Island, including irrigation equipment and wheeled equipment such as wheelbarrows. All work must take place with manual labor. Mobilization of materials to Memaloose Island may be done via boat or helicopter. A staging area for helicopter picks will be provided at Memaloose State Park and two designated staging areas will be identified on Memaloose Island. Personnel may access Memaloose Island by boat. No eating, drinking, gum, or tobacco use may take place on Memaloose Island. Bathrooms may not be placed on Memaloose Island. Any breaks for eating, drinking, or use of a bathroom must take place on the crew boat or at facilities on shore. All work completed on Memaloose Island will be observed by a Tribal Monitor.



b. Anticipated Construction Schedule: CENWP intends to advertise (07/2024) and award (09/2024) Construction Contract with estimated construction completion by the end of calendar year 2024.



c. Estimated Construction Cost (ECC): The current ECC is between $250,000 and $500,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. [SAKCUC(1]



d. Number and Type of Contracts: NWP contemplates awarding a single firm-fixed price contract. The acquisition strategy decision has not yet been determined. Maximum small business participation is being sought at both the prime and subcontracting levels.



e. Anticipated Source Selection Process: The expected method to determine the best value to the government is IFB (Invitation for Bids).



4. Project Specific Constraints and Challenges:



a. No equipment may be used on the island, to include items such as wheelbarrows. All work must be completed via manual labor means.



b. No eating, drinking, tobacco use, gum, etc may take place on the island. All breaks that include the aforementioned must take place on a crew boat or shore-side (off island).



c. Restrooms, job shacks, or other facilities may not be placed on the island. All facilities must be located on a crew boat or shore-side (off island).



d. Mobilization of construction materials to the island has historically been completed via helicopter from a Government coordinated staging area at Memaloose State Park. Mobilization of construction materials via water may be possible and is not restricted, but should be carefully considered to ensure feasibility.



e. Site access for crews has historically been completed via a crew boat with landing on the northern side of the island. A boat launch will not be provided by the Government and the Contractor may coordinate their own boat launch location that is most advantageous for their needs.



f. Work must take place in October or November.



5. Questions for Industry:



a. Is there anything in our SOW that would discourage you from bidding?



b. Is there anything in our SOW that would cause enhanced pricing uncertainty?



c. Are there any market conditions or industry practices that you feel the government needs to be aware of?



d. Would any information assist in the understanding of and execution of the requirements?



-Other questions as needed



6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N24B0008 Memaloose Island Stabilization 2024. Please email to Andrea Smothers, Contracting Officer, at andrea.k.smothers@usace.army.mil and Julia Henry, Contracting Specialist, at julia.b.henry@usace.army.mil, before 3:00 pm Pacific Standard time on 15 May 2024.



Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and should include the following information:



a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.



b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).



c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.



d. A description of work performed under similar project constraints and challenges listed under paragraph 3.



e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):




  • To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), soil stabilization OR cultural site protection project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:



Project Title



Contract Number



Contract award date



Customer name, phone number and email address



Prime or Subcontractor



Initial contract dollar value



Final contract dollar value



Initial contract completion date



Final contract completion date



Customer satisfaction



The Government may verify information in CPARS or PPIRS.



f. Firm's Joint Venture information if applicable - existing and potential.



g. Firm's Bonding Capability.



h. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)



i. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.



7. Disclaimer and Important Notes.



a. 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 capabilities 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.



b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.



8. Attachments:



a. Statement of Work draft




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 15, 2024 10:52 am PDTSources Sought (Original)
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow MAINTENANCE DREDGING AT USCG MOORINGS TONGUE POINT, ASTORIA OR. Active Contract Opportunity

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 2/19/2025

Matthew Knight Arena - Beach Volleyball Locker Room Remodel (Open to All Retainer

University of Oregon

Bid Due: 2/27/2025

Bid Solicitation: S-KS0043-00012649 Responses Due in 21 Days, 21 Hours, 0 Minutes Header

State Government of Oregon

Bid Due: 2/18/2025

UO Retainer Program - Construction Services - Extended Period Campus Planning and Facilities

University of Oregon

Bid Due: 9/30/2025