Yakima River at Union Gap Ecosystem Restoration Project

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159242738264690
Posted Date: Oct 13, 2022
Due Date: Sep 29, 2022
Solicitation No: W912DW22B0014
Source: Members Only
Follow
Yakima River at Union Gap Ecosystem Restoration Project
Active
Contract Opportunity
Notice ID
W912DW22B0014
Related Notice
W912DW22B0014
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 13, 2022 01:19 pm PDT
  • Original Published Date: Sep 08, 2022 03:25 pm PDT
  • Updated Response Date: Sep 29, 2022 02:00 pm PDT
  • Original Response Date: Sep 22, 2022 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Yakima , WA 98901
    USA
Description View Changes

This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing to the Point of Contact(s) indicated below.



OVERVIEW:



The purpose of this ecosystem restoration project is to address degraded floodplain connectivity and degraded wetland and channel habitat for species of concern, including fish, amphibians and migrating birds, related to past federal action (i.e. construction of the two upstream federal levees, Yakima Authorized Left Bank and Yakima Authorized Right Bank). The proposed project would restore wetland functions and riparian habitat and would improve Essential Fish Habitat for coho and Chinook salmon, as designated by the National Marine Fisheries Services in accordance with the Magnuson-Stevens Fishery Conservation and Management Act.



The work will implement the highest-ranked projects in the Upper Yakima Comprehensive Flood Hazard Management Plan and complete elements of the Yakima County Comprehensive Plan. The project also implements high priority actions in the Yakima Basin Steelhead Recovery Plan and the Yakima Subbasin plan. Restoration of floodplain reaches in the Yakima Basin is the centerpiece of the Habitat Element of the Yakima Basin Integrated Plan, with this project being the highest priority in the Basin due to its effect on overall basin salmon productivity and population diversity.



Work includes excavation of channels, removal of existing levees, construction of embankments (berms and levees), installation of drainage culverts, installation of an automated headgate, and other features indicated on the drawings, including hauling and processing of on-site borrow materials and trees.



The work is divided into three construction phases, to allow for federal and non-federal funding to be received on an annual basis. The three phases are the Base Contract, Option #1, and Option #2. The base contract work area is west and south of the Yakima Sportsman State Park and is intersected by SR24 and the Yakima Authorized Left Bank Federal Levee and consists of removal of existing riprap spur dikes from the Left Bank Federal Levee, excavation of side channels, installation of large woody debris structures, and disposal of excavated materials in the Newland Ponds. Option #1 is the removal of an existing levee (KOA Levee), disposal of excavated materials in the Newland Ponds, and design and installation of a new headgate at the Blue Slough culvert within the existing Yakima Left Bank Federal Levee and will include the reconfiguration of two portions of Blue Slough to allow for year-round water in the side channel and to accommodate a new levee. Option #2 is located south of the Base Contract work area near SR 24, and bounded by two existing levees which will be removed and replaced by constructing a new levee further from the river (i.e. “set back”). Former active gravel pits (Newland Ponds) are within the project footprint. These pits will be partially filled with excavated materials and side channels will be excavated to connect the ponds to the Yakima River. The Central Premix aggregate sorting and processing facility is located within the project footprint.



The following are the principal items to be accomplished with the Base contract and two Options:




  1. Mobilization

  2. Channel Stabilization & Armoring (removal of three rock groins, armoring of the levee, channel construction, onsite harvest and placement of large woody debris, and riparian plantings)

  3. Care & Diversion of Water (including culvert replacement and diversion of water to work in the dry and/or prevent excessive turbidity releases to the Yakima River)

  4. Storm Drainage Utilities (including removal of existing structure plus the design, procurement, and installation of the Blue Slough reinforced concrete headwall and automatic slide gate)

  5. Construction Staging, Site Access, and Haul Routes

  6. Earthwork (including creation of side channels plus mass excavation, fill, and grading (levees))

  7. Work in an Environmentally Sensitive Area



The magnitude of construction for the Base Contract plus Option1 and Option 2 is estimated to be $17,977,000. The resulting contract will be firm-fixed-price.



Solicitation number W912DW22B0014 will be posted to the www.sam.gov website on or about the week of 1 November 2022 . The solicitation will be an Invitation for Bids with Definitive Responsibility Criteria. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date.



A site visit will be offered within approximately the week of 10 October after the solicitation is made available via www.sam.gov. Refer to the solicitation for details regarding the site visit.



See the solicitation for details about bid submission and virtual bid opening. The NAICS code for this procurement is 237990 , Other Heavy and Civil Engineering Construction, and the associated small business size standard is $30,000,000 in average annual receipts. The solicitation will be issued as a 100% Small Business Set-Aside.



Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.SAM.gov and add the solicitation 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 solicitation on www.SAM.gov.



IMPORTANT NOTICE:



All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >