Search Contract Opportunities

Wyckoff Debris Removal and Wall Replacement at Bainbridge Island, WA   3

ID: W912DW24R0010 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION a Request for Proposal (RFP) is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below.

The United States Army Corps of Engineers (USACE) Seattle District anticipates award of a Firm-Fixed Price contract resulting from RFP W912DW24R0010. This requirement is to construct the Wyckoff Debris Removal and Wall Replacement at Bainbridge Island, Washington state.

This RFP is available to all small business firms with active SAM registration under North American Industry Classification System (NAICS) Code 562910 Environmental Remediation Services with a 1,000 Employee Size Standard.

In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. 100 percent (%) payment and performance bonds will be required.

Please note in compliance with Executive Order 14063, the Project Labor Agreement Provision 52.222.23 and Clause 52.222.34 will be included in the solicitation. See FAR Subpart 22.5 Use of Project Labor Agreements for Federal Construction projects for more details.

Project Description: Seattle District USACE has a requirement from the EPA to replace a failing sheet pile wall at a U.S. Environmental Protection Agency (EPA) superfund remedial site on the National Priorities List (NPL) located on Bainbridge Island, Washington.

The major components of the wall replacement include a subsurface reinforced soil-mix wall (about 40 ft. deep) installed using the cutter soil mix (CSM) method; ground improvements (up to 80 ft. below ground surface) using In-Situ Soil Stabilization (ISS) to improve wall stability and reduce loads on the CSM wall or sheet pile wall; and an upper, un-coupled, precast wall along the entire site perimeter (1400 ft.). Installation of this replacement wall will require removal of subsurface debris such as old bulkheads, riprap, foundations, and backfill material in the areas to be disturbed. The new CSM wall and debris removal to facilitate the wall and ISS improvement is adjacent to a cantilever sheet pile wall that is in moderate to poor condition, the sheet pile wall is retaining contaminated soils and must remain competent with minimal movement until the CSM wall is in place.

Historically Wyckoff was a wood treatment facility. Over this period of operation, the soil and groundwater at Wyckoff became severely contaminated with creosote products, pentachlorophenol (PCP), and diesel which was used as a carrier fluid for PCP based wood treating oils. Creosote and diesel fuel remnants can be found as Non-Aqueous Phase Liquids (NAPL) in soil and sediment at the site. Site will require 40-hour HAZWOPER certification and has potential PPE requirements including respirators based on NAPL release within the debris removal and ISS sections.

Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.

ON OR ABOUT, 17 April 2024, [NSFCUC(1] the RFP documents for this project will be available via the website https://sam.gov/ under Contract Opportunities W912DW24R0010. Your firm must be registered with https://sam.gov/ to download the RFP documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://sam.gov/. Offerors are responsible for checking https://sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this RFP, you MUST log in to https://sam.gov/ and add the RFP to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this RFP. Your firm's proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/.

To view the RFP when posted, Vendors must have an active registration in SAM.gov.

For PIEE registration, training, and instructions for posting an Offer, refer to the following links:

PIEE Registration: https://piee.eb.mil/

Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user's email address in PIEE must match the email address on file in SAM.gov.

PIEE Solicitation Module:

Training and instructions are accessible through PIEE Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select; Solicitation Module Proposals (Offers) Posting Offer)

For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module

POINT-OF-CONTACT:

The point-of-contact for administrative or contractual questions is John Scola at email: John.P.Scola@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the RFP process.

[NSFCUC(1]I think the date is about right but can we maybe push it back to April 17? That way if the peer review comes back early ready to issue, then we don't have to sit around waiting.

Overview

Response Deadline
May 27, 2024, 4:00 p.m. EDT Past Due
Posted
March 29, 2024, 11:25 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Bainbridge Island, WA United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
85%
On 3/29/24 USACE Seattle District issued Presolicitation W912DW24R0010 for Wyckoff Debris Removal and Wall Replacement at Bainbridge Island, WA due 5/27/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F108.
Primary Contact
Name
John Scola   Profile
Phone
None

Secondary Contact

Name
Susan Newby   Profile
Phone
None

Documents

Posted documents for Presolicitation W912DW24R0010

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DW24R0010

Award Notifications

Agency published notification of awards for Presolicitation W912DW24R0010

Contract Awards

Prime contracts awarded through Presolicitation W912DW24R0010

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DW24R0010

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DW24R0010

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DW24R0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
June 11, 2024
Last Updated By
susan.f.newby@usace.army.mil
Archive Date
June 11, 2024