Lower River Land Repair and Floating Plant

expired opportunity(Expired)
From: Federal Government(Federal)
W912P9-18-Z-0006

Basic Details

started - 08 Dec, 2017 (about 6 years ago)

Start Date

08 Dec, 2017 (about 6 years ago)
due - 31 Jan, 2018 (about 6 years ago)

Due Date

31 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912P9-18-Z-0006

Identifier

W912P9-18-Z-0006
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)MVD (4899)W07V ENDIST ST LOUIS (868)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources SoughtLower River Land Repair and Floating PlantThis is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below. Contract is anticipated to be a 5 Year - Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Rivers Project Office Lower River Land Repair.General Project Description5 Year IDIQ Construction Contract
The work covered by this contract and its respective task orders against this contract consist of furnishing all floating plant, plant, labor, equipment, operators, supervision/site superintendent, supplies and materials necessary to satisfactorily perform the repair, installation, demolition, removal/disposal, flood control, rehabilitation and/or restoration of U.S. Government lands and facilities and/or U.S. Government Sponsored work on and to structures, roads, parking lots, access areas, levees, drainage ditches, drainage features, creeks, wetlands, watersheds, shorelines, boat ramps, locks and dams infrastructure, and other construction and/or rehabilitation as specified in accordance with the contract specifications. Contract Areas and Construction Limits: The primary contract areas consist of but not limited to alluvial floodplains, lock and dams, recreational sites, and watersheds in the following Missouri Counties of St. Louis, Franklin, Jefferson, Ste Genevieve, Perry, Cape Girardeau, Scott, Mississippi and the Illinois Counties of Madison, St. Clair, Monroe, Randolph, Jackson, Alexander, and Union. During emergency circumstances as directed by the Contracting Officer the contractor may be required to perform work within the Missouri Counties of Ralls, Pike, Lincoln, St. Charles, and Illinois Counties of Jersey, Calhoun, Green, Pike, Scott, and Cass. Specific contract areas and construction limits will be specified within each task order.Work StatementTypical work includes, but not limited, to paving and sealing of parking lots, roadways, and access areas; chip and seal of parking lots, roadways, and access areas; placement of rip rap and stone on embankments, drainage ditches, and shorelines; grading and earthwork of wetlands, floodplains, levees; bypass pumping and dewatering of drainage ditches, ponds, and wetlands; installation of drainage features to include sluice gates, flap gates, culvert pipes, and drainage pipes; hauling of materials and equipment; mechanical dredging of access channels; supply of floating plants and material barges to perform work on islands and shorelines; supply and installation of access gates, bollards, guardrail, and signage; maintenance of trails; supply and installation of rip rap, stone, sand, offsite borrow; concrete repairs to structures, ramps, walkways, curb and gutters, drainage ditches, and pavement, and demolition and disposal of existing structures.The contractor shall be available for typical operations utilizing an 8 hour work day during daylight hours Monday through Friday. During emergencies the contractor shall be available for 24 hour operations Sunday through Saturday. The contract duration shall be 1 Base Year with 4 Optional Years to be issued at the discretion of the contracting officer. The contractor shall have the capabilities of working at multiple locations within the contract areas simultaneously.Required Trades: The contractor shall have the capabilities of supplying trades including, but not limited to laborers, operators, welders, iron workers, carpenters, cement masons, boat operators, deckhands, and surveyors for performance of work at multiple contract areas simultaneously.Required Equipment: The contractor shall have the capabilities of supplying multiple pieces of equipment including, but not limited to, the types of equipment as described below for performance of work at multiple contract areas simultaneously:• Low Ground Pressure Track-Type Bulldozer (Min 180hp)• Low Ground Pressure Track-Type Bulldozer (Min 90hp)• Track Type Loader (Min 160hp)• Track Type Hydraulic Backhoe Excavator (Min 155hp)• Track Type Hydraulic Backhoe Excavator (Min 242hp)• Track Type Hydraulic Backhoe Excavator with Vibratory Pile Driver/Extractor (Min 242hp)• Track Type Hydraulic Backhoe Excavator (Min 60 Ft Reach)• Motor Grader (Min 145hp)• Loader/Backhoe, 4 Wheel Drive-Type w/Attachments (Min 95hp)• Wheel Tractor and Disc Plow with Harrow (Min 200 hp)• Rubber-Tired/Tracked Tractor w/Two-Scraper Pan (Min 400hp)• Self Propelled Sheepsfoot Roller• Self Propelled Steel Drum Vibrating Roller• Pull Type Sheepsfoot Roller• Compact Track Loader w/ rock rake, broom, auger, concrete breaker, roto mil plainer, vibratory roller attachments (Min 73 hp)• Mini Excavator w/ Extended Hoe and Buckets (Min 58hp)• Mini Excavator w/ Concrete Breaker (Min 58hp)• Mini Excavator w/ Buckets (Min 100hp)• Rubber Tire Front End Loader (Min 120 hp)• Rubber Tire Front End Loader (Min 275 hp)• Highway Truck with Dump (Min 200hp) (15 CY Capacity)• Highway Truck w/ Tub Bed (Min 200hp) (15 CY Capacity)• Highway Tractor Trailer Truck w/ Tub Bed (Min 250hp) (20 CY Capacity)• Off Highway Truck w/ Dump and Tailgate (Min 250 hp) (40 CY Capacity)• Off Highway Truck w/ Dump (Min 250 hp) (40 CY Capacity)• Rubber Track 360 Degree Off Road Truck w/ Dump (8 CY Capacity)• Water and Trash Pump (Max 13,500 GPM)• Water and Trash Pump (Max 4,600 GPM)• Water and Trash Pump (Max 2,750 GPM)• Water and Trash Pump (Max 1,450 GPM)• Water and Trash Pump (Max 200 GPM)• Farm Implement Tractor w/ Box Blade (Min 25hp)• 16' Jon Boat (Min 50hp Motor)• Floating Plant w/200 TN Crane w/ Buckets and Clamshells (Min 120Ft Reach)• Material Barge (Min 35'x200')• Push Boat (Capable of Supporting Marine Equipment)• Concrete Saw (Min 65hp)• Dowel Machine w/bits (3/4 Inch to 1 ¼ Inch Bits)• Hand Operated Chainsaws• Power Washer (Min 200 psi)• Hand Operated Jack Hammer• Hand Operated Vibratory Plate Tamper• Hand Operated Cutoff Saw• Hand Operated Hammer Drill w/bits• 30-40 CY DumpstersSubmission1. Please provide examples of work and equipment utilized that your company has performed in the areas listed below. No more than (3) three projects in any area of work performed. Describe past work experience showing all or more than one of the areas listed that performed under one contract.Areas of work involving characteristics that are similar to the types of work described herein:a. Grading and earth work of wetlands, floodplains, levees and/or similar areas.b. Supply and installation of construction materials such as rip rap, stone, sand and offsite borrow in areas similar to those described herein.c. Supply of a Floating Plant and material barges for performance of work on islands within a water system or along a shoreline.d. Placement or repairs of concrete pavement, asphalt pavement and/or chip and seal pavement of parking lots, roadways and/or sidewalks.e. Installation of drainage features and/or similar structures.f. Bypass pumping, dewatering and/or airlift pumping activities.g. Demolition and disposal of existing structures.2. Please provide business information in the following format:Business Name:Point of Contact: (Name/Phone/Email)Address:Business Size (Large/Small/8(A))Cage Code:3. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 2:00 p.m., Central Standard Time, on January 31, 2018 and should not exceed 10 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to Barrietta Killiebrew, St Louis District, Corps of Engineers, via email at Barrietta.Killiebrew@usace.army.mil, Fax will not be accepted. Please direct any questions on this announcement to Barrietta Killiebrew at the above email or phone number 314-331-8514.

301 Riverlands Way West Alton, Missouri 63386 United StatesLocation

Place Of Performance : 301 Riverlands Way

Country : United States

Classification

238 -- Specialty Trade Contractors/238910 -- Site Preparation Contractors
naicsCode 238910Site Preparation Contractors
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY