BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a civil project in Ilwaco, Washington. Conceptual plans call for site work for a road / highway; and water / sewer project.

This is a Sources Sought for informational and market research purposes only. This is not a Request for Proposals, Quotations, or Bids nor a synopsis of a proposed contract action. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is seeking interested and capable sources with the necessary technical skills and equipment to safely perform the Baker Bay West Pile Dike System Repair and Alteration Project. The Baker Bay West Pile Dike (BBWPD) system is located south of Ilwaco, Washington (Pacific County) at the mouth of the Columbia River (MCR) and is a critical component for maintaining authorized depths in the Baker Bay West Federal Navigation Channel (FNC). This channel connects the Port of Ilwaco, via the MCR FNC, to the Pacific Ocean off the Oregon (Clatsop County) and Washington coasts. The work spans both states; Oregon and Washington. The FNC provides shallow-draft navigation from the Lower Columbia River (LCR) FNC to the community of Ilwaco and allows vessels to access the Port of Ilwaco. The BBWPD system serves to focus tidal currents through the Baker Bay West FNC, thereby sustaining authorized depths for navigation and maintaining the configuration of nearby Jetty A Shoal and the West Sand Island shoreline. The Baker Bay West FNC also serves a U.S. Coast Guard Station and is the fastest route for Coast Guard missions in the area. The purpose of the BBWPD repair project is to reduce scour and erosion and restore the hydraulic function of the BBWPD system to improve navigability and minimize future dredging requirements. Summary of Work: The work may include and may not be limited to mobilization/demobilization, establishment of access to West Sand Island, establishment of a staging area and haul road on West Sand Island, removal of existing timber pile dikes on dike BB0.28, removal of existing enrockment from dike BB0.28 west of the FNC, placement of rock on dike BB0.28 from the FNC to the West Sand Island shoreline, placement of a Material Transition Zone (revetment) on West Sand Island, installation of marker piles along dikes BB0.28, BB0.56, and BB0.70, and incidental related work. The following high-level construction requirements apply to work on dike BB0.28. These two paragraphs do not describe all the required work; they highlight two high-level requirements that will help the Contractor understand the detailed project requirements. Existing enrockment removed from dike BB0.28 west of the FNC must be placed from station 13+00 to 23+50 of dike BB0.28. The rock must be placed to fill the dike repair template and along the dike toes. Between station 3+00 and 13+00, work must proceed from east to west. As the repair template is constructed, scouring of sand is expected to occur. The contractor must place filter rock over the repair template footprint as required to compensate for foundation degradation. The work will require the contractor to operate and execute the work safely near one of the most dangerous bar crossings in the world while navigating marine conditions, possible inclement weather, tidal changes, ocean swells, and commercial and recreational vessel traffic. Contractor access to the work site will be from the Contractor's vessel(s). Access dredging may be required. This work requires significant floating plant and associated equipment. Marine equipment must meet all applicable Coast Guard regulations and is subject to Coast Guard Certification. Contractor capabilities for this work include but are not limited to the ability to provide significant floating plant and experience with rock placement and pile driving in a marine environment during limited work windows. The work site is located at West Sand Island and the adjacent Baker Bay FNC pile dikes, named BB0.28, BB0.56, and BB0.70. Contractor access to West Sand Island will be from the barge landing area that will be shown on the drawings. Construction is expected to take place during July-October over 2 years. From July 1 to October 31 for in-water enrockment. From August 1 to October 31 for activities involving pile removal and pile driving. From October 1 to October 31 for marker pile installation. The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a small business size standard of $45M. The estimated magnitude of construction is between $10,000,000 and $25,000,000. Our intent is to issue a competitive solicitation for the award of one firm-fixed-price contract. Contract duration is estimated to be approximately 2 years from notice to proceed (NTP). The current estimated schedule anticipates contract award in September of 2023. The purpose of this Sources Sought is to determine interest, capabilities, and qualifications of industry, including Small Businesses, Small Disadvantaged Businesses (including 8(a) firms), Historically Underutilized Business Zone (HUBZone) firms, Women-Owned Small Business (WOSB) concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) firms and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Responses to this Source Sought will be used by the Government to make, if appropriate, a small business set-aside determination and other key acquisition strategy decisions. The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating a company's capability to perform the requirements. Responses to this Sources Sought are limited to 5 pages and should include the following information: A capability statement expressing your firm's interest in this requirement and describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications/certifications and equipment applicable to the scope of this project, held by your firm and/or in-house personnel. This should include your firm's ability to provide significant floating plant and experience with rock placement and pile driving in a marine environment during limited work windows. Include your firm's name, address, point of contact name, phone number, and email address. A statement or list of your firms current or past technical experience or past performance similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, including duration, completion date, key personnel, if your firm was the prime contractor or a subcontractor, and dollar value-do not include more than 3 projects. Clearly state if your firm was the prime contractor or a subcontractor for the experience submitted. Include a point of reference contact name, phone number and email address for each project. A statement of your firm's bonding capacity. A statement from your surety is not required. A statement of your firm's business size and type regarding the NAICS code. If your firm is represented under one of the socioeconomic subcategories noted above, please indicate so. Unique Entity ID (UEI) or CAGE Code from the System for Award Management (SAM) (for your firm and any potential subcontractors or partners). Submit this information to Mr. Aragon Liebzeit, Contract Specialist, via email to Aragon.N.Liebzeit@usace.army.mil on or before 2 PM (Pacific Time) on March 17, 2023. 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. Businesses registered in SAM must update their SAM registration in order to have their small business status updated based on the new size standards effective December 19, 2022. Until the SAM registration is updated, the SAM profiles will continue to display the small business status under the old size standards. For contractors to conduct business with the Department of Defense, the contractor must be registered in SAM. Registration instructions may be obtained, and online registration may be accomplished, The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Water / Sewer

$25,000,000.00

Public - Federal

Site Work

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
85
Active Projects
42
Bidding Soon
907
All Active Projects
307
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 2, 2023

October 31, 2025

img_map_placeholder

Multiple Locations, Ilwaco, WA

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.