Cottonwood Island Pile Dike Repair

expired opportunity(Expired)
From: Federal Government(Federal)
W9127N22B0008

Basic Details

started - 07 Jan, 2022 (about 2 years ago)

Start Date

07 Jan, 2022 (about 2 years ago)
due - 21 Jan, 2022 (about 2 years ago)

Due Date

21 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W9127N22B0008

Identifier

W9127N22B0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705942)DEPT OF THE ARMY (132701)USACE (37974)NWD (6903)US ARMY ENGINEER DISTRICT PORTLAND (1254)
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.

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 ACTION UNDER FAR SUBPART 5.2.Contract Information.The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the Cottonwood Island Pile Dikes Repair Project. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make an acquisition strategy decision.The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry, to include: Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled
Veteran-Owned Small Business (SDVOSB). All are highly encouraged to respond.North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction. Size Standard: $39.5 million.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.Project Description.The Cottonwood Island Pile Dike System consists of 15 pile dikes located at Rile Miles 68.35, 68.57, 68.79, 69.01, 69.25, 69.51, 69.79, 70.07, 70.35, 70.77, 70.83, 71.17, 71.51, 71.59, and 71.87 on the Columbia River, along Howard-Cottonwood Island and on the Washington mainland near Kalama, Washington. These structures function as a system to stabilize the high-use, 43-foot deep draft Columbia River Federal Navigation Channel (FNC) and reduce maintenance dredging requirements at a critical channel turn. The pile dikes were constructed in phases from 1924 through 1976 with the intent to stabilize the channel by preventing its meander towards Cottonwood Island, and to concentrate flow at the terminus of the dike, increasing energy of the FNC.  The pile dikes were constructed with two rows of timber piles driven to a specific tip elevation or refusal, and then an enrockment constructed of stone was placed along the bases of the pile dikes to increase hydraulic function and inhibit scour.Following the construction of the early pile dikes in the 1920s and 1930s, Cottonwood Island was enlarged, primarily through the placement of dredged material.  The extent of Cottonwood Island was later expanded to its current size and configuration in the 1980s with placement of dredged material associated with the Mount St. Helens eruption. The pile dikes had been regularly inspected and maintained through the mid-1990s.  The lack of maintenance in recent decades has resulted in substantial pile dike structure degradation.  In the 1980s, stockpiled rock from the excavation of the Second Bonneville Powerhouse was placed at six of the Cottonwood pile dikes.  Submerged rock groins were also constructed at six of the pile dikes.The pile dike system is generally in poor condition as a whole.  A large number of spreaders and piles are missing.  Repairs are needed to the pile dike system to prevent the loss of its intended functions that could result in detrimental impacts to reliable navigation.DESCRIPTION OF REPAIR WORKFor 13 of the 15 pile dikes, the majority of the dike repair length will be replaced with enhanced enrockment that extends from the offshore end to 25 feet shoreward of existing +1.0 foot elevation (NAVD88). The enhanced enrockment sections will require removal of remaining existing timber piles to facilitate rock placement and provide for a uniform final rock structure.  The offshore portions of the existing pile dike enrockment will be enhanced by raising the enrockment 4.0 feet above the original enrockment height.  The enhanced enrockment will have a crest width of 8 feet and 1.5H:1V side slopes.  The shoreside end will taper to existing enrockment at a 1.5H:1V slope.  There will be no shoreward placement of stone beyond this location.The remainder of the pile dike repair length will be an offset timber pile dike section, with the offshore end starting at approximately the existing +1.0-foot ground elevation contour, which is 3.39 feet NAVD88.   The in-shore end of the offset pile dike section will extend up the beach to existing +8.0-foot ground elevation contour.  The timber pile dike sections will be offset 20 feet downstream and parallel to the existing pile dike structure.  The new timber pile dikes will be installed using the same pile spacing and sizing as the original pile dikes.Other features of the work include installation of new steel king/marker piles at the offshore end of the offset timber piles structures and enrockments, placement of new rock scour aprons around the newly installed timber piles structures for the full length of pile installation, and installation of new rock shore connections from the newly installed timber piles structures connected to the landward end of the rock apron extending shoreward.The estimated material quantities for these pile dike repairs include 23,360 cubic yards of ODOT Class 1500 riprap for the enrockment, scour protection, and shore connections; 3,690 cubic yards of bedding material; 369 new 12-inche diameter timber piles of varying lengths from 20 feet to 30 feet;  39 new king steel piles with diameters from 10 to 24 inches.  Demolition will include removal of approximately 756 piles for a total estimated length of 3,150 feet. The in-water work is anticipated to be accomplished by contractor means and methods using standard methods and marine/floating equipment.  Land-based work is anticipated to be accomplished using standard methods and equipment.  Beach barge landing areas and over 37 acres of associated staging areas and access roads on Cottonwood Island will be available for contractor use.  Dredging to create barge landing spots in not anticipated.The anticipated period of performance for the pile dike repair work is September 2022 through February 2025.  The in-water work window for pile driving is November 1 through February 28.  Construction at individual pile dikes must occur within the same construction season/work window as demolition to avoid potential adverse impacts to morphology or function.  The estimated magnitude of construction for this project is over $10,000,000.Submission Instructions:Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: Cottonwood Island Pile Dike Repairs. Please send to Harron Elloso, Contract Specialist, at Harron.E.Elloso@usace.army.mil in either Microsoft Word or Adobe Portable Document Format (PDF) by 2:00PM Pacific Time on January 21, 2022.A Firm’s response to this Sources Sought shall be limited to (5) pages and shall include the following information:a.  Firm’s name, address, point of contact, phone number, email address, CAGE and DUNS numbers, and the Construction Bonding Level per contract.b.  Firm’s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (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 section.d. A maximum of two examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the dollar value.The Government may verify information in CPARS or PPIRS.e. Your firm’s bonding capability.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 the Government point of entry (beta.SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.

Kalama ,
 WA   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Memaloose Island Stabilization 2024

Due: 15 May, 2024 (in 25 days)Agency: DEPT OF DEFENSE

Kern Island Canal Repair

Due: 30 Apr, 2024 (in 10 days)Agency: Public Works All questions and requests for clarification regarding this project must be submitted in writing on the Request for Information Form provided in the bid documents. Said questions and requests for clarification must be directed to Gavin Grimes, Public Works Department, by email at ggrimes@bakersfieldcity.us.

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction